Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 15, 2014 FBO #4435
DOCUMENT

D -- Intend to Sole Source for Provide 24-hour telephone support and field-service for the hill-rom nurse call systems located at the VAMC Tomah, WI. - Attachment

Notice Date
1/13/2014
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Archive Date
2/12/2014
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
4-4842<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, SAO Central, NCO12 - Milwaukee, WI, intends to award a sole source commercial purchase order in accordance with FAR Parts 12 & 13. The North America Industry Classification System Code [NAICS] is 811219 and standard is $19 Million. The government has determined that Hill-Rom Company, Inc. is the only source that can satisfy this agency requirement. The requirement is to provide 24-hour telephone support and field-service for the Hill-Rom Nurse Call Systems located at Veterans Administration Medical Center, Tomah, Wisconsin and installed in building 400's 3rd and 4th floors, and the 2nd and 3rd floors of buildings 403 and 406. The vendor must be available to provide telephone support 24 hours a day, 7 days per week, 365 days per year, except for leap-year which shall be 366 days. 2.1.1 Will return calls until contact with customer occurs 2.1.2Will respond within 15 minutes during normal business; 7:00 AM - 5:00 PM, Monday through Friday 2.1.3Will respond within two (2) hours after normal business hours and during holidays for issues reported as emergency (severity level 1 within the vendors service agreement) 2.1.4Will respond within four (4) hours after normal business hours and during holidays for issues reported as urgent (severity level 2 within the vendors service agreement) 2.1.5Will respond within six (6) hours after normal business hours and during holidays for issues such as minor system malfunctions (severity level 3 within the vendors service agreement) 2.2On-site support shall be available to provide on-site support 24 hours a day, 7 days per week, 365 days per year, except for leap-year which shall be 366 days 2.2.1 Will coordinate arrival time with the COTR during normal work hours and coordinate arrival through the campus Fire Department (608-372-1657) during evening and weekends 2.2.2Will respond within eight (8) hours for problems reported as emergency (severity level #1) 2.2.3Will respond within twenty-four (24) hours for issues reported as urgent (severity level #2) 2.2.4Will respond within seventy-two (72) hours for reported minor system malfunctions (severity level #3) 2.3The contractor shall include one (1) on-site annual preventative maintenance ("PM") service, on a date acceptable to the medical center and coordinated through the COTR in order to ensure the systems under contract are performing in accordance with manufacturer documentation/recommendation. 2.3.1On-site Hill-Rom Representative shall document the PM and provide COTR with results; PM includes installation and certification of the latest available minor releases 2.3.2The annual preventive maintenance inspection shall include but not limited to the following: 2.3.2.1Inspect / Clean Digital Crosspoint (DXP) or Central Equipment Cabinet (CEC) 2.3.2.2Inspect / Clean Power Distribution Cabinet (PDC) 2.3.2.3Power Supply and Battery Backup Check 2.3.2.4Inspect / Clean CEC Filter 2.3.2.5Inspect / Secure DXP / PDC cables (as applicable) 2.3.2.6Inspect CPU / Service Card 2.3.2.7Reload 68K DXP file (Yearly) 2.3.2.8Validate Port Maps 2.3.2.9Ground Fault Check PDC (if applicable) Master Station Procedures 2.3.2.10Inspect / Clean Master Station PC 2.3.2.11Battery Back-up Test 2.3.2.12Create System Back Up Files 2.3.2.13Audit RS 232 Message Traffic 2.3.2.14Inspect / secure Master Station Cable 2.3.2.15Reset All Stations / Check For Maintenance Calls Perform Applicable Operational Checks 2.3.2.16Zone Light Operational Check 2.3.2.17Run a staff history report; look for un-programmed Remote Locator Receiver's (RLR) 2.3.2.18Master Station Server PC Operational Check 2.3.2.19Master Station UPS Operational Check 2.3.2.20Master Station Client PC Operational Check 2.3.2.21Monitor Operational Check 2.3.2.22Audio Controller Card Operational Check 2.3.2.23Loader Card Operational Check 2.3.2.24Relay Board PC Operational Check 2.3.2.25PDC Power Supply Operational Check 2.3.2.26RJ45 Distribution Board Operational Check 2.3.2.27Power distribution Cabinet Battery back-up (PDC-BBU) Operational Check 2.3.2.28Leave full SQL backup on CD regardless of NCM version Software Minor Releases and Certification 2.3.2.29Software Minor Releases and Certification; Install latest available minor releases and conduct services associated with software updates including certification of the system All responsible sources may submit a response, which if timely received, will be considered by The Department of Veterans Affairs, SAO Central, NCO 12 - Milwaukee, WI. This synopsis is for notification purposes only and does not constitute a solicitation for bids or proposals. Under Statutory Authority 41 U.S.C. 253(c)(1), the VA Great Lakes Acquisition Center anticipates entering into sole source procurement negotiations with Hill-Rom Company, Inc. This announcement is for services for which the Government intends to solicit and negotiate with only one source under FAR 6.302-1. The above authority is cited and justification made based on the determination that the Government's minimum needs can only be satisfied for supplies/services available from one source. This notice of intent is not a request for competitive proposals. Other persons may identify their interest and capability to respond to this requirement by January 20, 2014 by 2:00 PM CST. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. All interest received on or before January 20, 2014 will be evaluated by the Government. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of the notice of intent will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. No solicitations documents are available and telephone requests will not be honored. Any company that feels they can meet the needs of the Government must submit their technical data (10 pages or less) to support their claim. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large) and DUNS Number. 2) Provide a Statement of Capability that demonstrates the offeror's past performance in providing this type of service. Please include the following: (a) staff expertise including their availability, experience, and formal and other training; (b) current in-house capability and capacity to perform the work; (c) prior completed projects of similar nature; (d) corporate experience and management capability; and (e) examples of prior completed Government contracts, references, and other related information. 3) Submissions must be made via email to: trong.nguyen@va.gov The Government does not intend to pay for any information provided under this synopsis. Questions should be addressed via email to Trong Nguyen, Contracting Officer at trong.nguyen@va.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. No Proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s.)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea28f82f5cbf7716d80070c6c87ae544)
 
Document(s)
Attachment
 
File Name: VA69D-14-C-0096 VA69D-14-C-0096_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1159165&FileName=VA69D-14-C-0096-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1159165&FileName=VA69D-14-C-0096-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03266171-W 20140115/140113235247-ea28f82f5cbf7716d80070c6c87ae544 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.