DOCUMENT
J -- Maintenance for Fusion Voice Dictation System Hardware/ Software - Attachment
- Notice Date
- 8/18/2014
- Notice Type
- Attachment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24914Q0827
- Response Due
- 8/21/2014
- Archive Date
- 10/20/2014
- Point of Contact
- Scheronica Cochran
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written Solicitation will not be issued. Solicitation number VA249-14-Q-0827 is issued as a Request for Quotation (RFQ). This requirement is a Small Business Set Aside. NAICS: The NAICS is 811213. To be eligible to receive a government award, the offeror must be currently registered in System for Award Management or may register with SAM at http://www.sam.gov/ STATEMENT OF WORK Digital Dictation System Support C James H. Quillen, VAMC, Mountain Home, TN 1. INTRODUCTION AND SCOPE OF WORK: This contract covers software/hardware maintenance for Fusion Voice Digital Dictation for a (1) year base period, with Four (4) one year option years for the Fusion voice Digital Dictation Software. 2. REQUIREMENTS: The contractor will make remote diagnostic and corrective procedures using remote control software. The telephone support and software maintenance covers all critical & non-critical incidents including virus problems. The Contractor shall provide James H. Quillen, VA Medical Center with software upgrades and updates as released by the manufacturer. Updates shall include all modifications, corrections, and enhancements to software applications that the manufacturer makes available to its customers. Updates shall include mandatory updates (mandated by the manufacturer or to comply with changes in federal or state laws and regulations). a. Software version updates released during the fiscal year period for up to five (5) software licenses. b. Toll-free priority assistance with any problem or question about product or service. c. Technical support using a remote control software package for problem resolution. d. Hours of Coverage: (1) Normal hours of coverage are 24 hours a day, seven days a week including holidays. (2) Federal Holidays observed by the VAMC are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day e. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COTR (in writing) of the existence or the development of any defects in, or repairs required, to the equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. f. CONDITION OF EQUIPMENT: The Contractor accepts responsibility for the equipment described in paragraph 1, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. g. Hardware: Replacement parts will be furnished and installed by authorized service personnel at no extra charge. The parts replaced become the property of the James H. Quillen VAMC. Component parts, assemblies, or subassemblies may be replaced with new or refurbished items at no cost to James H. Quillen VAMC. In order to do this, based on technical judgments made by service personnel, request to monitor machine functions via remote access, but always with prior knowledge, approval, and cooperation of the customer. In addition, recommendations may be made and replacement initiated of suspect component parts at no expense to the customer, but with their planned cooperation regarding replacement work. This will always be done with every intention of minimizing disruption to daily work activities. Loaner hardware will be offered to the customer if available but is not guaranteed as a condition of this contract. Dictate and Transcribe stations and equipment that are defective are to be sent to contractor for repair or replacement at no cost to the customer. Any damage to a station or component not caused by normal use is not covered under this agreement and repairs to fix the damage are chargeable. h. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: (1) Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. (2) "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on the Fusion Voice Digital Dictation System. (3) The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. (4) If subcontractor(s) are used, they must be approved by the COR; the Contractor shall submit any proposed change in subcontractor(s) to the COR for approval/disapproval. i. SERVICE MANUALS: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to all FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. j. RESPONSIBILITIES OF THE VA: James H. Quillen VA Medical Center (JHQVAMC) will maintain the environmental conditions in accordance with manufacturer's specifications. The Fusion Voice Digital Dictation System shall be maintained within parameters specified by the manufacturer. The Fusion Voice Digital Dictation system shall be accessible via the hospital computer system. James H. Quillen VA Hospital will ensure that all data files are adequately duplicated and documented. (The Contractor is not responsible for duplicating and documenting data files. If any files are lost during Contractor maintenance, the cost of reconstructing this data will not be covered by this contract.) JHQVAMC will have a system administrator or someone with equivalent skill. This VA employee shall be responsible for the ongoing maintenance of the Fusion Voice Digital Dictation System. k. Critical Incidents - problems affecting a single critical production function of the system, causing the system to operate in a degraded state, or having an adverse financial impact to the James H. Quillen VA Medical Center System. 3. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. 4. DELIVERY: a. Normal hours of coverage are 24 hours a day, seven days a week including holidays. b. The Contracting Officer's Representative(s)(COR) for this contract are listed below and are authorized to call for service: (1) Tom Livesay, COR (2) Jonathan Neas, alternate COR 5. PERFORMANCE PERIOD: One (1) year base period, with four (4) one year option years. Base Year: 1 October 2014 - 30 September 2015 Option Year 1: 1 October 2015 - 30 September 2016 Option Year 2: 1 October 2016 - 30 September 2017 Option Year 3: 1 October 2017 - 30 September 2018 Option Year 4: 1 October 2018 - 30 September 2019 6. PROGRESS AND COMPLIANCE: The above equipment/hardware software shall be maintained in accordance with the manufacturer's standards and/or specifications 7. NOTES AND OTHER INFORMATION: a. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. Note: Any additional charges claimed must be approved by the COR before the service is completed! b. Security Issues: There are no known security issues with this Statement of Work. c. Contractors are responsible for finding their own parking. d. Contractors required to obtain Temporary ID Badge from Police Svc, Bldg 69 Mountain Home, VAMC, are required to be worn while on VA property if not escorted during entire visit by an IT/Health Information Management/Business Office employee. Contract Type: The government anticipates awarding a Firm Fixed Price award. Award will be made to (LPTA) lowest price technically acceptable quote which conforms to the requirements within this solicitation. Submitting Quote: Contractor shall submit their quote on company letterhead and shall include unit price, total, unit qty and item description as specified above, as offered discounts, proposed delivery time, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov, terms of any express warranty, unit price, overall total price, applicable shipping charges, completed copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. Quotes must be received by August 21, 2014 @ 3:00pm CST. Email your quote to scheronica.cochran@va.gov. All questions should be emailed to scheronica.cochran@va.gov. Solicitation document and incorporated provisions and clauses apply to this acquisition: 52.204-7- Central Contractor Registration; 52.212-1-Instructions to Offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration; 52.333-3 Protest After Award; 52.212-2 Evaluation -Commercial Items; 52.217-8 Option for increased Quantity-separate priced line item 52.217-9 Option to extend the term of the contract. VAAR 852.215-71, Evaluation Factor Commitments and 52.219-14 Limitation on Subcontracting. Full text can be obtained at www.arnnet.gov. DISCLAIMER AND IMPORTANT NOTES: The government is in no way obligated to do business with or enter into the award a contract to any firm or its affiliates or otherwise pay for the information provided in this synopsis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24914Q0827/listing.html)
- Document(s)
- Attachment
- File Name: VA249-14-Q-0827 VA249-14-Q-0827.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1580295&FileName=VA249-14-Q-0827-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1580295&FileName=VA249-14-Q-0827-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-14-Q-0827 VA249-14-Q-0827.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1580295&FileName=VA249-14-Q-0827-000.docx)
- Record
- SN03468777-W 20140820/140818235207-7442a6f714737b361276f94a7fb30fb9 (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 |