DOCUMENT
J -- PACEART Software Maintenance and Support - Attachment
- Notice Date
- 7/11/2016
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24316N0744
- Response Due
- 7/15/2016
- Archive Date
- 8/14/2016
- Point of Contact
- Delfo R. Saco-mizhquiri
- Small Business Set-Aside
- N/A
- Description
- Synopsis: Please note that this is NOT a request for quotes or proposals. The Government is seeking information for market research purposes only. The Department of Veterans Affairs, VISN 3, Network Contracting Office 3 (10N3NCO) is currently conducting a market survey for firms capable of providing the following service: Title: Paceart Software Maintenance and Support Background: Northport VA Medical Center currently owns three Paceart Software licenses that support the Medtronic Paceart Equipment, which are critical for everyday patient care. Scope of Work: Maintenance and Service Support for three existing Optima Paceart Software licenses that support the Medtronic Paceart Equipment located at Northport VA Medical Center, 79 Middleville Road, Northport NY 11768. Vendor shall furnish all necessary labor, equipment, tools, materials, repair service, software updates and upgrades, parts, etc., for complete Maintenance Service in accordance with the Statement of Work (SOW). Any Preventive Maintenance Inspections will be performed PER MANUFACTURER'S PUBLISHED PM STANDARDS. Conformance Standards: The contractor shall ensure that the equipment software maintenance and support functions in conformance with the Original Equipment Manufacturer standards and 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, and any other performance standards and specifications used when the equipment was procured by VA and any upgrades/updates. Period of Performance: -Base Year: October 1, 2016 through September 30, 2017 -Option Year One: October 1, 2017 through September 30, 2018 -Option Year Two: October 1, 2018 through September 30, 2019 -Option Year Three: October 1, 2019 through September 30, 2020 -Option Year Four: October 1, 2020 through September 30, 2021 Reporting Required Service Beyond the Contract Scope: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COR, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. Qualification: Offers will be considered only from offerors who are established in the business called for and whom in the judgment of the Contracting Officer (CO) are financially responsible and able to show evidence of their qualifications, certifications, reliability, ability, experience, equipment, facilities and personnel directly employed or supervised by them to render prompt and satisfactory service. Security: All vendors/contractors will sign-in at the Biomedical Engineering Administrative Office building 11 room 1, 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 building 11, room 1, 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 purposes. General Requirements: Contractor personnel shall show a valid ID at police check point for access to the facility. Contractor personnel shall not have access to the Department of Veterans Affairs' computer systems. The contractor shall obtain all necessary licenses and/or permits required to perform this work. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. Responses to this notice must be submitted in writing via email and must be received not later than Friday, July 15, 2016, 4:00pm EST. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business). 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 for which you have provided services to, proof of applicable certification. 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 System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Friday, July 15, 2016, 4:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Delfo.Saco-mizhquiri@va.gov. No telephone inquiries will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0744/listing.html)
- Document(s)
- Attachment
- File Name: VA243-16-N-0744 VA243-16-N-0744_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2862104&FileName=VA243-16-N-0744-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2862104&FileName=VA243-16-N-0744-000.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-0744 VA243-16-N-0744_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2862104&FileName=VA243-16-N-0744-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Northport VA Medical Center;79 Middleville Rd.;Northport
- Zip Code: 11768
- Zip Code: 11768
- Record
- SN04178587-W 20160713/160711235533-4753edf81afe8d8e000ff85685b11ea6 (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 |