Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2017 FBO #5874
DOCUMENT

J -- Premium Service Agreement CARTO® 3 System Full Service Agreement for Equipment Maintenance and Repair - Attachment

Notice Date
12/21/2017
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q9058
 
Response Due
12/27/2017
 
Archive Date
12/30/2017
 
Point of Contact
rastreva.upshaw@va.gov
 
E-Mail Address
rastreva.upshaw@va.gov
(rastreva.upshaw@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested shall assist the Government in determining the appropriate acquisition method. NAICS code: 811219 NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov. Project requirements: Provide a Premium Service Agreement Base Plus Two Option Year Service Agreement for the CARTO ® 3 System. A full service agreement for equipment maintenance and repair. See Description of Services Section. Anticipated period of performance: 1/15/2018 - 1/14/2021. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Description of Service Section. Include any certifications/qualifications for providing the Premium Service Agreement for the CARTO ® 3 System and any authorization to service this system on Biosense Webster, Inc letterhead; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to rastreva.upshaw@va.gov with the subject line "Sources Sought, Premium Service Agreement for the CARTO ® 3 System /your company name" by 4:30 P.M. CST on December 27, 2017. 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. However, responses to this notice shall not be considered adequate responses to a solicitation. Confidentiality. 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). Description of Services Statement of Work CARTO ® System 3 Maintenance. The contractor shall provide maintenance for the equipment not less frequently than annually during the term of this Agreement. Such maintenance shall include, without limitation, those actions the Contractor considers necessary to ensure proper operation of the equipment. Annual maintenance will be scheduled, upon the Contractor s or Dallas VA Medical Center s request, between 7 a.m. and 5 p.m. local time Monday through Friday excluding Federal holidays. The Contractor may perform maintenance concurrently with functional maintenance and, in that event, such maintenance may be unscheduled. The Contractor shall provide all necessary replacement parts, labor, and associated travel for the maintenance of the equipment during the term of the Agreement at no cost to the Dallas VA Medical Center, subject to the Agreement. Replacement parts may be new parts or rebuilt parts that are equivalent in the judgment of the Contractor to new parts when used in connection with the equipment. Replacement parts will be warranted for the balance of the Agreement. The Dallas VA Medical Center shall provide reasonable access to the equipment for maintenance. Service for CARTO ® 3 System. Service will be provided at the Dallas VA Medical Center s location upon request for the purpose of making necessary repairs and adjustments to maintain the CARTO ® 3 System. The Contractor will use commercially reasonable efforts to provide service as quickly as possible and on a priority basis for emergencies. In situations where this response time is neither practical nor warranted, the service call will be scheduled at a time during hours mutually agreed upon by the Contractor and the Dallas VA Medical Center. In addition to the foregoing services, subject to the Dallas VA Medical Center contacting the Contractor s Technical Services Department and obtaining prior approval before returning the items for repair, the Dallas VA Medical Center may return components of the CARTO ® 3 System to the Contractor for repair. Freight and transportation charges for such components will be the responsibility of the Contractor. The Contractor will use commercially reasonable efforts to provide the Dallas VA Medical Center with temporary replacement components while the repair is being completed. No C.O.D. shipments will be accepted without prior authorization. The decision to repair or replace any parts of the equipment will be made by the Contractor. Any service not covered by this Agreement will be quoted by separate quotation. Description of Work: Premium Service Agreement Base Plus Two-Year Service Agreement for CARTO ® 3 System - Full Service Agreement for Equipment Maintenance and Repair Equipment and training to be onsite: Model: CARTO ® 3 System Serial Number: 13384   Location: Cardiology 5B Quantity: 1 Justification: Electrophysiology navigation system, which is designed to visualize the real-time calculated position and orientation of a specialized RF ablation catheter within the patient's heart. Hours of Performance: Work shall occur between 7 a.m. and 5 p.m. local time Monday through Friday excluding Federal Holidays. Check in Requirements: The Contractor s Rep must report to the Biomedical Engineering Department to obtain a badge and sign in with the Biomedical Engineering Service before work begins. Upon completion of work, the Rep must report to the Biomedical Engineering Service to sign out. Period of Performance: Contractor shall provide maintenance for the equipment not less frequently than annually during the term of this Agreement. Place of Performance: Dallas VA Medical Center at 4500 S. Lancaster Rd. Dallas TX 75216. Documentation: Contractor shall furnish a detailed field service report to Cardiology Staff upon completion of work. Payment will not be processed until a properly completed service report is received. The service report shall contain, at a minimum, the following information: Date and time of contractor s arrival on station Type, model and serial number (s) of all equipment on which maintenance was performed Total time spent performing maintenance and travel time Detailed narrative description of the services required Copies of all test reports Complete list of parts replaced Date and time the repair was completed Cost Estimate of all labor (including travel), parts/supplies, and shipping charges The service report shall itemize every item in the specification. Each item shall state the "as found" condition or values, the "calibrated to" or "adjusted to" values, the factory design tolerances, and a complete description of all work performed concerning the items Contracting Officer Technical Representative (COR): All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the purchasing agent at the commencement of the term of the contract. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer. Information technology 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. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract will be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. SECURITY STATEMENT: The CO and the Contractor will assure that no other information except what is in this contract will be shared with the contractor in any follow up communication. Biomedical Engineering shall perform virus scans on all removable media prior to use on VA medical equipment. This includes all types of removable media, including media (e.g., USB devices, CDs, dongles, etc.) that has been issued by VA, media not issued by VA, and media brought in by Contractors or independent service organizations. Within accordance of VA Directive 6500, Information Security Program, September 2007 Sensitive VA information is contained within the systems covered by this contract. The Contractor will not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information. During onsite service, the Contractor shall be chaperoned by VA Personnel. However, the Contractor shall not be issued a UserID/Password. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. The Contractor will not have remote access to complete the repair(s) and preventive maintenance. The COR is responsible for the actions of the Contractor during the repair. Because the Contractor is chaperoned, the Contractor does not need to take VA Privacy or Information Security training. A background investigation is not required. The Contractor and all VA employees are required to immediately report any security violations to the Information Security Officer (214-857-0512). No other security statements are required. RECORDS MANAGMENENT STATEMENT: All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it is determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (or any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and propriety information. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer Representative shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default. Invoicing: Payment to be made by certified invoices and must contain the contract number in addition to the requirements detailed in 52.212-4 (G) to be considered valid. All invoices shall be submitted to Tungsten Network. The website is:   http://www.tungsten-network.com/US/en/veterans-affairs/.   Should you have any questions, please contact the Tungsten Team at: Tungsten Client Services Phone: 1.877.752.0900, Option #2 E-mail: VA.Registration@tungsten-network.com Tungsten Support Phone: 1-877-489-6135 Website: /Country/US/Support Please contact the Department of Veteran Affairs at: Financial Service Center Phone: 1-877-353-9791 Email: vafsccshd@va.gov End of Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9058/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9058 36C25718Q9058_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3980679&FileName=36C25718Q9058-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3980679&FileName=36C25718Q9058-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04773582-W 20171223/171221231212-4d385236179a9cf0a7bcad6f34e49009 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.