DOCUMENT
J -- Medtronic Paceart Optima System software license renewal and maintenance services. - Attachment
- Notice Date
- 7/18/2017
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- VA26117Q0803
- Response Due
- 7/20/2017
- Archive Date
- 9/18/2017
- Point of Contact
- Thomas McLain (702) 791-9000 X18929
- E-Mail Address
-
Thomas.McLain@va.gov
(thomas.mclain@va.gov)
- Small Business Set-Aside
- N/A
- Description
- . General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: VA261-17-Q-0803 Posted Date: 18 July 2017 Original Response Date/Time: 20 July 2017 / 4:00PM PDT Current Response Date: 20 July 2017 / 4:00PM PDT Product or Service Code: J065 Set Aside: None NAICS Code: 811219 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated 01-19-2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 811219, with a small business size standard of $20.5M. The Department of Veteran Affairs Medical Center, San Francisco (VAMC) is intending to negotiate sole source award to Medtronic USA, Inc. for license renewal and maintenance services for the Paceart Optima System which supports the departments National Cardiac Device Surveillance Program Database. The services are for the following: Services Line Item Description Quantity Unit Price Total Price 0001 Paceart Optima System Software license renewal. 1 GP 0002 Medtronic Maintenance Services for assessing VA portal application interaction with the VA National Cardiac Device Surveillance Center s Paceart Optima Database for recommendations on improving performance and achieving minimal interference with the Optima application. Not to exceed 40 hrs. 1 GP STATEMENT OF WORK BACKGROUND: The Western Surveillance Center at the San Francisco VA Medical Center (SFVAMC) requires maintenance support of Medtronic Paceart Optima system software used in patient management for Cardiology, and support of the National Cardiac Device Surveillance Program Database. The Western Surveillance Center is responsible for monitoring over 75,000 patients with implanted pacemakers or cardioverters. ABBREVIATIONS: (a) (CO) Contracting Officer (b) (TPOC) Technical Point of Contact SCOPE: (a) One year software license support agreement for the use of the Medtronic Paceart Optima system. (i) Maintenance subscription fee covers application software bug fixes, telephone support, and remote support. Software covered includes network server image software, network image capture software, and advanced reporting software. Remote application support Monday to Friday 7AM to 5PM CT. Review VA Portal application s interaction with the VA National Cardiac Device Surveillance Center s Paceart Optima Database. Review VA Portal stored procedures that query the Optima Database and recommend optimizations of the queries to improve performance and minimize interference with the Optima application. Review and document changes that the VA National Cardiac Device Surveillance Center has made to their Optima database to assess any negative impact to the Optima application. Evaluate performance of VA Portal and Optima Database for inclusion in any future software product upgrades and improvements. Should onsite maintenance support be required, the VA National Cardiac Device Surveillance Center s personnel time of availability would be Monday to Friday (except holidays) during normal business hours of 0800 to 1700 (Pacific Time). PERIOD OF PERFORMANCE: 1 August 2017 to 31 July 2018. POINTS OF CONTACT: TPOC: Added at the time of award TPOC: Added at the time of award Program Mgr.: Added at the time of award The period of performance is: 1 August 2017 to 31 July 2018. Place of Performance Address: 4150 Clement Street City - State: San Francisco, CA Zip Code: 94121 It is anticipated that a firm-fixed price purchase order shall be awarded on a sole source basis to Medtronic USA, Inc (Cage Code: 77HM9) as a result of this synopsis/solicitation. Sources must be certified and authorized by Medtronic USA, Inc. to provide the Paceart System licensed software and the maintenance services required by the National Cardiac Device Surveillance Center s Paceart Optima Database for monitoring patients receiving implanted pacemakers or cardioverter equipment. Concerns having the capability to provide these services, and are authorized and certified by Medtronic USA, Inc., are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made to the lowest price technically acceptable offeror meeting or exceeding the requirements of this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following FAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70 Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to negotiate a sole source purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions as set forth herein. Submission shall be received not later than 16:00 PDT on 20 July 2017 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on 20 July 2017 in order to render response prior to closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26117Q0803/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0803 VA261-17-Q-0803.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3669322&FileName=VA261-17-Q-0803-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3669322&FileName=VA261-17-Q-0803-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0803 VA261-17-Q-0803.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3669322&FileName=VA261-17-Q-0803-000.docx)
- Record
- SN04584179-W 20170720/170718235111-6444a5e5d5f14378712f29a9dc4cf20e (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 |