DOCUMENT
J -- Carefusion Alaris Infusion System Optimization Services - Attachment
- Notice Date
- 6/5/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor ™s Place Blvd. Suite 210;Kettering OH 45409-1337
- ZIP Code
- 45409-1337
- Solicitation Number
- 36C25018Q0717
- Response Due
- 6/8/2018
- Archive Date
- 6/22/2018
- Point of Contact
- See Combined Synopsis/Solicitation
- E-Mail Address
-
Starla.VanWinkle@va.gov
(Starla.VanWinkle@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Intent to Sole-Source Notice The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Kettering, Ohio 45409 intends to solicit a RFQ for a sole-source procurement to provide Optimization Services Devices and Optimization Services System Manager (See Below), using a Firm-Fixed Price Sole-Source contract as the procurement method. The VA anticipates issuing a Firm-Fixed Price Contract (Sole Source) to CareFusion on or about 06/12/2018 for the ongoing maintenance and repairs needed. Place of Performance: Columbus VA Medical Center 420 N. James Road Columbus, Ohio 43219 614-257-5200 Station Code: 36C757 In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database, if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses), under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM. NAICS Code is 339112. The solicitation will be issued to a single business with a sole-source justification. One award is expected to be made. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Ref: FAR 5.207(c)(16)(ii). Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Starla VanWinkle at the following e-mail address: starla.vanwinkle@va.gov and ensure that the subject line includes: solicitation no. 36C25018Q0717 and the company name and DUNS #. Department of Veterans Affairs Network Contracting Office (NCO) 10 3140 Governor s Place Blvd., Suite 210 Kettering, OH 45409 Station Code: 36C250 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q0717 Posted Date: 06/05/2018 Original Response Date: 06/08/2018 Current Response Date: 06/08/2018 Product or Service Code: J065 Set Aside: No NAICS Code: 339112 Contracting Office Address Network Contracting Office (NCO) 10 3140 Governor s Place Blvd., Suite 210 Kettering, OH 45409 Station Code: 36C250 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes 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. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of $27.5 Million. The Chalmers P. Wyllie VA Ambulatory Care Center is seeking to purchase Alaris Infusion System Optimization Services. All interested companies shall provide quotation(s) for the following: Supplies Line Item Description Quantity Unit Price Total Price 0001 OPTIMIZATION SERVICES GUARDRAILS AND OPIMIZATION SYSTEM MANAGER SERVICES POP: 06/10/2018 06/09/2019 1 Total Price Services The contractor shall provide the licensing and support services, as stated above, that will allow for continuity of services for those systems. See Statement of Work. The Purchase Order period of performance is to begin 06/10/2018 and will end on 06/09/2019. Place of Performance Chalmers P. Wyllie VA Ambulatory Care Center 420 North James Road Columbus, Ohio 43219-1834 Station Code 36C757 Award shall be made to the quoter, whose quotation is evaluated as the Lowest Price Quoted. Limitations in Subcontracting: This solicitation includes 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or at http://farsite.hill.af.mil/vmfara.htm. The following 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 (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 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 (NOV 2017) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quoters shall submit the following: Priced Quote (a quote submitted by a vendor signifies the submitter understand and accepts as terms and conditions under this solicitation) Company contact, name and DUNS number. This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a single Purchase Order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s) below: Submission shall be received not later than 06/08/2018 at 12:00 P.M. EST. at the following location: Network Contracting Office (NCO) 10 3140 Governor s Place Blvd. Suite 210 Kettering, OH 45409 937-268-6511 Station Code: 36C250 All quotes shall be submitted, via email, to starla.vanwinkle@va.gov. No hard copies will be accepted. 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 Contracting Officer (Point of Contact below). No phone calls will be accepted for questions regarding this solicitation. Point of Contact Starla VanWinkle Contracting Officer Network Contracting Office (NCO) 10 3140 Governor s Place Blvd. Suite 210 Kettering, OH 45409 Station Code: 36C250 937-268-6511 starla.vanwinkle@va.gov STATEMENT OF WORK (SOW) Contract Title: Carefusion Alaris Infusion System Optimization Services Background: Alaris Connectivity Services enable hospitals to further optimize infusion safety, workflow and quality through wireless interoperability between the Alaris Connectivity Gateway and CareAware iBus. This interoperability allows for the population of infusion parameters from the electronic medical record to the Alaris Pump and Syringe modules using Cerner CareMobile for Bar Code Medication Administration. Scope: Provide Optimization services on all Alaris devices and System Manager. Specific Tasks: Provide technical support and answer any questions regarding the Alaris devices or connectivity components at the VA ACC during the period of service. Provide both on and off-site training for clinical staff. Provide software and patch upgrades as they become available. Check in Requirements: The Field Service Engineer must report to the Biomedical Engineering Department located in 1B090 of the Ambulatory Care Center to sign in with Biomedical Engineering before work begins. Submit any mobile media devices that would be used on the system to a virus scan. Upon completion of work, the Field Service Engineer must report to Biomedical Engineering to sign out and brief Biomedical Staff or Supervisor if Biomedical Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will sign out in the Biomedical Engineering Department. Biomedical Engineering can be reached at 614-388-7273. Documentation/Reports: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call within 15 days of service being provided. NOTE: Any additional charges to be claimed must have been approved by the COR before service was performed. Test Equipment: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. Performance Monitoring: Contractor shall provide Field Service Report upon completion of work Security Requirements: Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): Other Pertinent Information or Special Considerations: Risk Control: Place of Performance: All work will be performed at the VA ACC, 420 N James Road, Columbus, Ohio 43219 Period of Performance: Base Year: 06/12/2018 to 06/11/2019 Option Year 1: 06/12/2019 to 06/11/2020 Option Year 2: 06/12/2020 to 06/11/2021 Option Year 3: 06/12/2021 to 06/11/2022 Option Year 4: 06/12/2022 to 06/11/2023
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25018Q0717/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q0717 36C25018Q0717_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4360883&FileName=36C25018Q0717-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4360883&FileName=36C25018Q0717-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q0717 36C25018Q0717_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4360883&FileName=36C25018Q0717-001.docx)
- Record
- SN04944960-W 20180607/180605231440-e2b949870e33b3ff998b778529aa9517 (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 |