DOCUMENT
65 -- GI Suite/Anesthesia Room Anesthesia Machine - Attachment
- Notice Date
- 7/11/2017
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
- ZIP Code
- 30084
- Solicitation Number
- VA24717N0747
- Response Due
- 7/14/2017
- Archive Date
- 8/13/2017
- Point of Contact
- Gail Bargaineer
- E-Mail Address
-
Gail.Bargaineer2@va.gov
(Gail.Bargaineer2@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SMALL BUSINESS SOURCES SOUGHT NOTICE REPRESENTING A MARKET SURVEY AND IS NOT A REQUEST FOR PROPOSALS, PROPOSAL ABSTRACTS, QUOTATIONS OR INVITATION FOR BIDS The Department of Veterans Affairs VISN 7 Network Contracting Activity is conducting a MARKET SURVEY to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are Service-Disabled Veteran-Owned, Veteran-Owned, Small Business, HUB Zone 8(a), Women-Owned, or small disadvantaged business concerns; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. Small business concerns should can furnish all labor and materials/parts as requested to provide Special Needs Transportation Services for the Atlanta VA Medical Center, 1670 Clairmont Road, Decatur, Georgia 30033. The NAICS code is 339112, with a size standard of 1000. ESCRIPTION OF THE REQUIREMENT: The Contractor shall furnish the necessary personnel and equipment to provide GI Suite/Anesthesia Room Anesthesia Machine to the beneficiaries of the Atlanta Veterans Administration Medical Center (ATLANTA VAMC) located at 1670 Claremont Road, Decatur, Georgia 30033. Note: Aside from identifying small business concerns capable of satisfying Agency needs, we are trying to determine (1) current commercial practices (2) considerations for needed services (3) any other relevant information with regards to providing such services. With that, industry is asked to clearly identify where responses are specific to an individual service, i.e. GI Suite/Anesthesia Room Anesthesia Machine. Also, please provide definitions where terms used are different from what is found in the Federal Acquisition Regulation (FAR) and general usage dictionaries. GENERAL INFORMATION 1. Title of Project: Purchase GI Suite/Anesthesia Room Anesthesia Machine 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 vendor/contractor will provide/install the Anesthesia Machine for this purchase. 3. Background: The GI Suite/Anesthesia Room requires Anesthesia Machine delivery/monitoring system. 4. Period of Performance: The vendor shall deliver the equipment within sixty (60) days after the award. 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. 3. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 7 calendar days from the date of receipt. The contractor shall have 60 calendar days to deliver the final deliverable from date of receipt of the Government s comments. 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 setup the machine in Bio-Med. Deliverable One: The vendor will deliver the Anesthesia Machine to the Atlanta VAMC warehouse within sixty (60) days after the award. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] Optional Task One: N/A Optional Deliverable One: N/A 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. TRAVEL NA I. GOVERNMENT RESPONSIBILITIES: Construction and site preparation of GI/Anesthesia Suite. J. CONTRACTOR EXPERIENCE REQUIREMENTS The government will determine on a stated requirements (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. K. 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. L. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Position Sensitivity The position sensitivity has been designated as Medium Risk Ensure that contractors and third party service positions receive the proper risk level designation based upon the review of the Position Designation System and Automated Tool (PDAT) established by the Operations, Security, and Preparedness Office (007). ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. A contractor/sub-contractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. b. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. c. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. TRAINING a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the COR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. CONTRACTOR RULES OF BEHAVIOR This User Agreement contains rights and authorizations regarding my access to and use of any information assets or resources associated with my performance of services under the contract terms with the Department of Veterans Affairs (VA). This User Agreement covers my access to all VA data whether electronic or hard copy ("Data"), VA information systems and resources ("Systems"), and VA sites ("Sites"). This User Agreement incorporates Rules of Behavior for using VA, and other information systems and resources under the contract. Contractor Responsibilities 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. 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. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. [If contractor will have access to VA Network, provide software upgrades or other VA sharing or disclosure of PHI or PII is given the contractor please include this statement:] [If the above (e.) applies then include this statement:] Contractor will be required to create an account in the Talent Management System (TMS) and take the Privacy & HIPAA training course #10203 before being given access and annually thereafter. 4. Government Responsibilities: 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. 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. The VA Office of Security and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. PROCEDURES FOR ACCESS: Access requirements to VA information systems by contractors and contractor personnel shall meet or exceed those requirements established for personnel as described in VHA directives. A written and signed request for user access by VHA management, or designee(s), constitutes management approval (sponsorship) to initiate a request for access to any sensitive automated information system. Access shall be granted to non-VA users only if the purpose for access meets criteria of the Privacy Act and VA Confidentiality Regulations and Transfer. Contractor's personnel shall be required to sign-in before starting work under this contract and abide by the VA Computer Access Security Agreement and Confidentiality Agreement. 1.2. In the performance of official duties, the contractor's personnel may regular access to printed and electronic files containing sensitive information, which must be protected under the provisions of the Privacy Act of 1974, HIPAA and other applicable Federal laws and regulations. The employee is responsible for (1) protecting that information from unauthorized release or from loss, alternation or unauthorized deletion, and (2) following applicable regulations and instructions regarding access to computerized files, release of access codes, etc. as set out in a computer access agreement which the employee signs.. SCHEDULE OF DELIVERABLES The vendor will deliver the Minimum Background Investigation within sixty (60) days after the award. SALIENT CHARACTERSITICS Low flow anesthesia supported: minimum gas flow of 150 mL/min. 500 millisecond mixer response time even for dramatic flow changes. Intuitive and fast setting of fresh gas flow mixture. Dual flow sensing technology. Electronic cylinder pressure sensing technology alerts. Alternate O2 control. Fewer parts and connections to reduce the potential for leaks and misconnects. The Multi Absorber canister, easy removal and replacement. Fully autoclavable. Choice of gas scavenging options. Easy on/off capability and no tools disassembly of the ABS. System checkout is fast and intuitive, with full-color photo images to illustrate each step and An 8-second power-down delay protects against accidental shutdown during a case. Contractors providing equal products shall provide descriptive literature describing equal characteristics. ITEM DESCRIPTION Description/Part Number* Qty Unit of Issue Avance CS2 1 EA Frame 3 Vaporizer Trolley 1 EA Manuals and Software English USA 1 EA DISS Pipeline Fittings, ANSI Colors 02 Right, 0@ Drive 1 EA N20 Pipeline DISS Fitting 1 EA AC Inlet 100-200V NEMA Power Cord and 4 Isolated Outlets 1 EA Single Slot Module Rack for Airway Module 1 EA Non-circle (switched) SCGO) 1 EA Bag support arm 1 EA Passive AGSS. Suitable for facilities with no disposable systems. 30mm male ISO taper 1 EA Suction Regulator 3 Mode DISS Pipeline Fitting 1 EA Cylinder Supply O2 Pin Indexed Inboard 1 EA Cylinder Supply AIR Pin indexed Inboard 1 EA Cylinder Supply N20 Pin Indexed Outboard 1 EA Pressure Control Modes Suite 1 EA Spontaneous Breathing Modes Suite 1 EA CPAP-PSV Ventilation Mode 1 EA ecoFLOW Software Option 1 EA Drawer storage insert, large 1 EA Drawer storage insert, small 1 EA Lower right side rail mounting kit EA Suction bottle mounting arm EA Folding side shelf EA CARESCAPE Respiratory Module, E-sCAiO 1 EA Exhaust line with Colder fitting, 18vm/7in 1 EA Patient monitor mount B650 Vertical with short cable management arm 1 EA Tec 7 Isoflurane, Easy-fil Vaporizer-English 1 EA Tec 7 Sevoflurane 8%, Easy-fil Vaporizer-English 1 EA Easy-fil Bottle Adapter, Isofurane 1 EA Easy-fil Bottle Adapter, Sevoflurane 1 EA Tec 6 Plus Vaporizer Suprane (Desflurance) 120V-English 1 EA EZ Change Module with Condenser 1 EA Replacement ABS breathing circuit (includes all parts except flow sensors, O2 cell, and CO2 canister) 1 EA ABS Bag Arm Connector, Reusable 1 EA Patient tube, hytrel 1 EA Offset Flow Sensor - disposable 1 EA Flow Sensor Holder 1 EA Suction Mouting Post 1 EA Cylinder Gasket, 19 OD HPO2 6.35 ID 1.5 T 1 EA CASTrGARDs 12.7 cm/5 in grey, set of four 1 EA Tee O2 DISS Femaile w/Two DISS Make w/Checks SDP 1 EA Plug O2 Port Kit 1 EA Auxiliary dovetail lamp kit, goose neck 1 EA DISS Hand-I-Twist (H-I-T), DISS, O2 hose assembly, 4.6 m/15ft 1 EA DISS Hand-I-Twist (H-I-T), DISS, N2O hose assembly, 4.6 m/15ft 1 EA DISS Hand-I-Twist (H-I-T), DISS, Vac hose assembly, 4.6 m/15ft 1 EA DISS Hand-I-Twist (H-I-T), DISS, Air hose assembly, 4.6 m/15ft EA Scavinging tube, reusable 1 EA E-Blank Module 2 EA Installation JB *Contractors providing equal products shall provide descriptive literature describing equal characteristics. 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 Special Needs Transportation Services. 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) Submit Capability Statements and other applicable information as referenced above by July 14, 2016 to Gail Bargaineer via email: Gail.Bargaineer2@va.gov. Responses should be received no later than 9:00 A.M EST. NO CAPABILITY STATEMENTS MAY BE SUBMITTED AFTER JULY 14, 2017. AT THIS TIME, NO SOLICITATION EXISTS. (DO NOT REQUEST A COPY OF THE SOLICITATION). A FUTURE NOTICE WILL BE POSTED WHEN THE SOLICITATION WILL BE RELEASED. 4) 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 (FBO). However, responses to this notice will not be considered adequate responses to a solicitation. (5) 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/spg/VA/AtlVAMC/VAMCCO80220/VA24717N0747/listing.html)
- Document(s)
- Attachment
- File Name: VA247-17-N-0747 VA247-17-N-0747_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651753&FileName=VA247-17-N-0747-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651753&FileName=VA247-17-N-0747-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-17-N-0747 VA247-17-N-0747_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3651753&FileName=VA247-17-N-0747-000.docx)
- Record
- SN04573787-W 20170713/170711234429-2d564951eda0fa64828e405edd7cb61c (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 |