DOCUMENT
65 -- DLco Simulator w/EasyLab QC software DEPARTMENT OF VETERANS AFFAIRS EAST ORANGE CAMPUS VA NEW JERSEY HEALTHCARE SYSTEM - Attachment
- Notice Date
- 9/25/2014
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24314N1893
- Response Due
- 9/29/2014
- Archive Date
- 10/29/2014
- Point of Contact
- Dominik Gammon
- E-Mail Address
-
k
- Small Business Set-Aside
- Total Small Business
- Description
- This FBO posting announcement is being placed to satisfy requirements in FAR 5.201. A determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government. This notice is not a request for competitive proposals. Persons may identify their interest and capability to respond to the requirement and information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation VA258-12-Q-0858 is issued as a request for quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular2005-36. (iv) This procurement is being issued as a 100% Small Business set-aside under NAICS code 339112 with a small business size standard. STATEMENT OF WORK A.GENERAL INFORMATION 1. Title of Project: DLCO SIMULATOR with EASYLAB QC SOFTWARE 2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The 5560 Series DLco Simulator offers a method to check the performance of our Single-Breath DLco Measurement equipment. The complete system includes the DLco Simulator Dual Syringe assembly with Mounting Plate, Roll Stand with Simulator Mount Adapter, three gas cylinder baskets and EasyLab QC Software (windows compatible). Up to three cylinder baskets can be mounted on the Roll Stand. Additional components required are E size Aluminum (EA) cylinders with Primary Plus ® (primary standard) 1% gases and pressure regulator. 3. Background: Currently we do regular calibrations and quality control as specified by our pulmonary equipment provider. Due to increased patient load and the increased frequency of our pulmonary testing and specifically DLco testing, a more precise method of quality control is needed. DLco test is very sensitive and we need to do everything possible to ensure that our tests are accurate and reliable. The DLco Simulator manufactured by Hans Rudolph, Inc is the only system currently available to do what is required to maintain high standards for our equipment. 4. Performance Period: The contractor shall complete the work required under this SOW in 15 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor's proposal, the contractor's proposed completion date shall prevail. The work shall begin within 15 calendar days of award, unless otherwise specified. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. 5. Type of Contract: Firm-Fixed-Price B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, and along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.4 of this SOW. Task One: The contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] n/a F. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the PM/TM with monthly. These are due to the PM/TM by the second workday following the end of each calendar month, throughout the project's duration. The PM/TM is required to provide monthly progress reports to the Contracting Officer's Technical Representative (COTR) by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. I. TRAVEL [If applicable] n/a J. GOVERNMENT RESPONSIBILITIES [If applicable] n/a K. CONTRACTOR EXPERIENCE REQUIREMENTS (Standard mandatory language for all task orders) The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COTR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COTR and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. "The contractor must inform the VHA COTR and Project Manager/Task Manager when personnel are removed from the contract for any reason. "If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COTR and Project Manager. "The contractor shall submit a resume of qualifications to the COTR for all direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as Low-Risk. 2.Background Investigation - The level of background investigation commensurate with the required level of access is not necessary. 3.Contractor Responsibilities a.The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. c.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. d.Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities a.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. b.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. c.The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. d.Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24314N1893/listing.html)
- Document(s)
- Attachment
- File Name: VA243-14-N-1893 VA243-14-N-1893_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653771&FileName=VA243-14-N-1893-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653771&FileName=VA243-14-N-1893-000.docx
- File Name: VA243-14-N-1893 VA243-14-N-1893.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653772&FileName=VA243-14-N-1893-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653772&FileName=VA243-14-N-1893-001.docx
- File Name: VA243-14-N-1893 691044 0713 E.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653773&FileName=VA243-14-N-1893-002.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653773&FileName=VA243-14-N-1893-002.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-14-N-1893 VA243-14-N-1893_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1653771&FileName=VA243-14-N-1893-000.docx)
- Place of Performance
- Address: 561 EAST ORANGE CAMPUS;VA NEW JERSEY;HEALTHCARE SYSTEM;385 TREMONT AVENURE
- Zip Code: 07018
- Zip Code: 07018
- Record
- SN03527932-W 20140927/140925235312-97bacf7995644b76eb674439001ddd2a (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 |