DOCUMENT
N -- Provation Medical Service - Attachment
- Notice Date
- 12/31/2015
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- 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
- VA24316N0256
- Archive Date
- 2/29/2016
- Point of Contact
- Desiree Flores
- E-Mail Address
-
st
- Small Business Set-Aside
- N/A
- Description
- Response date (Deadline): January 7, 2016 at 1:00pm Statement of Work (SOW) Intent to sole source GENERAL INFORMATION REQUIREMENTS: The regulatory requirements extend to repairs performed by OEMs and required maintenance to return the equipment/instruments and systems to the manufacturer's original specifications. The repair and refurbishment process is subject to regulatory FDA audits and must comply with Medical Device Reporting (MDR) requirements. FULL SERVICE CONTRACT: Furnish all necessary labor, equipment, tools, materials, repair service, software updates, parts, etc., for complete Software Support Service as specified below in accordance with the terms, conditions and schedule of this agreement. The Government will have the Option to extend the Term of the contract for Four (4) additional years. SOFTWARE/EQUIPMENT MAINTENANCE: DESCRIPTIPTIONSUPPORT PROVATION MAINTENANCE MD GASTROENTEROLOGY SOFTWARE12 MONTHS PROVATION MAINTENANCE MULTICARE12 MONTHS ORACLE SUPPORT12 MONTHS CONFORMANCE STANDARDS: The contractor shall ensure that the equipment (hardware and software) functions in conformance with the latest FDA (medical device regulations (including but not limited to Class I, Class II, Class III and MDDS), validation, quality assurance and compliance), latest published edition of NFPA-99, TJC, OSHA, CDRH, ISO 9001, and any other performance standards and specifications used when the equipment was procured by VA and any upgrades/updates. SECURITY: All vendors/contractors will sign-in at the Biomedical Engineering Administrative Office before reporting to their respective work site. Each vendor/contractor will be issued a temporary identification badge that must be worn at all times above the waist, in front, with the face of the card visible. If removable media (i.e. USB or DVD/CD Device) is required to service, troubleshoot or install/update software, then it must be scanned with an anti-virus program. The removable media is scanned with anti-virus software running current virus definitions prior to connection to any medical device at the scanning workstation located in Biomedical Engineering. Any vendor/contractor with patient sensitive information that is imported into the removable media device for any reason must purge all patient sensitive information prior to departure from the facility. All items covered by the manufacturer's warranty, contractor service of any devices, systems, or other equipment containing media (hard drives, optical disks, etc.) with VA sensitive information must not be removed / returned to the vendor at the end of life, for trade-in, or other purposes. Upon completion of the scheduled work, the vendor/contractor will return to the Biomedical Engineering Administrative Office to sign-out, return the temporary identification badge, and leave any Field Service Reports if necessary. All medical device workstations and servers must be in compliance with MDIA (Medical Device Infrastructure Architecture) as well as comply with all FDA regulations. Remote System Diagnosis: Proactive, remote monitoring and diagnosis shall be provided and covered by contractor, however contractor must meet strict VA guidelines on use of virtual private network (VPN) access. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be REMOVED / RETURNED to the vendor at the end of lease, for trade-in, or other purpose. IV. HOURS OF COVERAGE: A. Normal business hours of coverage are [24 hours per day, 7 days a week, 365 days per year], including federal holidays. All service/repairs will be performed during normal business hours of coverage unless requested and approved by [COR]. B. Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by COR). MAINTENANCE SERVICES: The contractor shall maintain the equipment in accordance with the Conformance Standards Section, by furnishing all necessary labor, travel, management, equipment, tools, materials, repair service, instruments, and software updates for service (excluding consumables) in accordance with the terms, conditions and schedule of this agreement. The contractor will provide technical repair service which may consist of maintaining the equipment, including all intervening calls necessary between regular services and calibrations/testing of system operation. The contractor will provide all technical support. Only, the CO, COR and/or the Biomedical Engineering designee has the authority to approve/request a service call from the contractor either by phone call, email and/or the Contractor's Service Request (SR) system. Scheduled Downtime: is defined as the time the PROVATION SOFTWARE is placed out of service for the purpose of accomplishing scheduled upgrades and software patches to be performed which would necessitate the shutdown of the PROVATION SOFTWARE for a predetermined length of time, approved by the COR. All equipment shall be maintained in a satisfactory and safe operating condition in accordance with the requirements of these specifications, capable of providing their initial maximum capacity and performance at all times. Versions: The contractor shall provide new Versions and documentation for the Software Programs as part of this maintenance agreement. Such Version shall include bug fixes, service packs, improvements and/or update/upgrades to the Provation Software Programs. In conjunction with the contractor, their support staff and COR and/or the Biomedical Engineering designee shall promptly install at the VAMC such Versions as they become available. The contractor shall support the current Version and the immediately prior Version of the Software Programs. The contractor shall provide COR and/or the Biomedical Engineering designee with a minimum of six (6) months prior notification of the retirement of any versions which are older than the current or immediately prior Versions of the Software Programs. The contractor shall make available telephone and remote assistance to COR and/or the Biomedical Engineering designee during the installation of a new Version during normal business hours. Contractor shall provide a project manager for upgrade or architecture changes. Software Maintenance: The contractor shall correct any reproducible defects that COR and/or the Biomedical Engineering designee reports in the most current Version and the Version immediately preceding the most current Version of the Provation Software Programs. Contractor shall provide a tiered maintenance support that allows the COR and/or the Biomedical Engineering designee to escalate issues up to senior Provation application programmers and database administrators within the contractor's organization that have direct involvement in Provation application development. An automatic diagnostic report notification shall be forwarded to the COR e-mail for each VPN diagnostic and audit service/incident. Software Patch Correction/Development: Whenever a software patch and/or repair for any aspect of the entire PROVATION SOFTWARE is required and/or available, prior to being applied either by the contractor and/or third party, the contractor shall provide to the COR and/or the Biomedical Engineering designee written proof that all software and hardware revisions and/or updates have been fully tested, validated (operating system patches, Anti-virus patches/upgrades, etc.) and/or any Provation software patches/upgrades comply with all FDA regulations and quality control standards pertaining to medical devices and/or medical device data systems on all the equipment listed in Section C, I, Equipment. When Biomedical Engineering uploads patches or changes to the system, from production to test environment and back to production, the Contractor FSE must be readily available to verify that the PROVATION SOFTWARE continues to work properly.Under any resulting contract, the Contractor shall be responsible to upgrade/update the PROVATION SOFTWARE on an on-going basis to remain compatible with all applications used by Northport VAMC Gastroenterology Section, as they are also upgraded and improved. This service shall be provided by the Contractor during the contract period, including full functionality of the PROVATION SOFTWARE. Network Connection: The COR and/or the Biomedical Engineering designee shall provide contractor with VPN access to the Northport VAMC and servers associated with the Software Programs in a manner reasonably acceptable to contractor. The Contractor must maintain a valid VA Interconnection Security Agreement (ISA) and VA Business Associate Agreement (BAA) with VHA and shall comply with all applicable VA and VPN security agreements. Web-Based Support: The contractor shall provide telephone and approved remote computer technical support for troubleshooting and maintenance support of the PROVATION EQUIPMENT, 24 hours a day, 7 days a week, 365 days a year. In order to provide approved remote computer support, the vendor must have a National VPN account access established with the Veterans Health Administration (VHA). Documentation shall be provided to the Contracting Officer Technical Representative (COR) upon request that the service representative or service personnel have been trained and certified in the performance of work by the equipment manufacturer. Contractor shall maintain an in-house technical support organization that has documented technical competency on all Provation applications utilized within Northport VAMC and outpatient clinics. Contractor to provide routine, on-going in-service training to their technical staff such that they remain current with the latest versions deployed in Northport VAMC and the specific configuration changes that may occur in Northport VAMC. PARTS: A. This contract shall include all new software upgrades and updates for the PROVATION EQUIPMENT only. It does not include any hardware parts. The Contractor is responsible for the integrity of the PROVATION EQUIPMENT (hardware and software) to comply with all FDA regulations pertaining to medical equipment and/or medical device data systems. B. Government property shall remain the property of the Government in all respects, including but not limited to hard drives; ePHI (electronic patient healthcare information), etc. Parts replaced become the property of the Government. The contractor shall take all reasonable precautions, as directed by the Government, or in the absence of such direction, in accordance with sound industrial practices, to safeguard and protect Government property. C. Government property shall be used only in direct operations of providing contract services, and shall not be used in any manner for any personal advantage, business gain, or other personal endeavor by the contractor or the contractor' s employees. Type of Procurement: The responses to this Request for Information (RFI) will help determine what, if any, type of set-aside. Contract Vehicle: The resulting contract vehicles from this process will be a firm fixed price. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email) and received not later than January 7, 2016 at 1:00PM. If you have any further question, please email me at Desiree.Flores@va.gov or call me at 7185849000 ext 6411. All interested parties should provide the following information via e-mail only to the Contracting Officer by the stated deadline Contracting Office Address: VISN 3 Network Contracting Office (NCO3) James J. Peters VA Medical Center 130 West Kingsbridge Road, Bronx, New York 10468-3992
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0256/listing.html)
- Document(s)
- Attachment
- File Name: VA243-16-N-0256 VA243-16-N-0256.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2488135&FileName=VA243-16-N-0256-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2488135&FileName=VA243-16-N-0256-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA243-16-N-0256 VA243-16-N-0256.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2488135&FileName=VA243-16-N-0256-000.docx)
- Record
- SN03981308-W 20160102/151231233845-693aa4dd73404b7cc2e4ced4882d1518 (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 |