DOCUMENT
65 -- Omnicell INTENT TO SOLE SOURCE - Attachment
- Notice Date
- 9/10/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 4;1010 DELAFIELD ROAD;PITTSBURGH, PA 15215
- ZIP Code
- 15215
- Solicitation Number
- 36C24418Q9783
- Archive Date
- 10/10/2018
- Point of Contact
- AMANDA SAUNDERS
- E-Mail Address
-
amanda.saunders@va.gov
(amanda.saunders@va.gov)
- Small Business Set-Aside
- N/A
- Description
- INTENT TO SOLE SOURCE - 36C24418Q9783 The VA Healthcare System intends to negotiate on a sole source basis with Omnicell to provide Omnicell Inc., 590 E MIDDLEFIELD RD, MOUNTAIN VIEW, CA, 94043, in accordance with FAR 13.106-1. Omnicell, Inc is the only authorized distributor for provide MRSA testing kits. This Notice of Intent is NOT a request for competitive proposals. Parties may identify their interest; accompanied by supporting literature, to the Contracting Officer no later than 9/13/18 at 10 am EST. ALL Responses should be sent to Amanda.Saunders@va.gov. No telephone responses will be accepted. Information received will be for the purpose of determining whether or not to conduct a competitive procurement. The determination to conduct a competitive procurement based on responses to this notice is solely within the discretion of the Contracting Officer. The NAICS Code for this procurement is 339112. Contracting Office Address: Attn: Amanda Saunders, Department of Veterans Affairs Network Contracting Office 4, 1010 Delafield Road Pittsburgh, Pennsylvania 15215-1802 Statement of Work Responsibilities of the Contractor: The contractor will render responsibilities covered under the Omnicell Support Services Matrix to include the following: 24 x 7 x telephone support Engineer Live Coverage M-F 24 hours; Saturday/Sunday/Holiday 6AM 6PM CST On-Call Support Saturday/Sunday/Holiday 6AM 6PM CST Response Times (Maximum): 30 minutes M-F; 2 hours Saturday/Sunday/Holiday 6AM 6PM CST Remote Software & Interface Diagnostics included; proactive remote available via secure server On-Site coverage (if necessary) 24 hours/day 7 days/week (Subject to On-Site response times listed: Disabled System: 6 hours Non-Critical Failure; 24 hours Repair/Replacement Parts included; on-site in 24 hours from Omnicell technician determination of need Software Updates & Upgrades included Uptime Commitment: 96% The contractor shall provide to the Department of Veterans Affairs Medical Center in Wilkes-Barre, Pennsylvania (WBVAMC) written reports documenting all work performed within 5 business days of the completion of said work. For All Visits by Contractor: Contractor will be required to sign in at Pharmacy Service before beginning service calls. Upon completion of the preventive maintenance (PM) inspection the Contractor shall leave a copy of the service report with the using service, and submit to the same location as designated above a service report annotating what preventive maintenance was done. Each service report shall include the name of the contractor, name of Field Service Engineer (FSE), date, time (starting and ending), equipment downtime, the parts utilized including costs, and the room number where equipment is located. The service designee or contracting officer s technical representative (COTR) and the FSE attesting that the equipment is in satisfactory working order and is functioning at an acceptable level of performance shall sign this report. The contractor shall sign out at the designated location before leaving. NOTE: failure to furnish a service report or obtain a signed copy of the service report could result in delay of payment or non-payment. Service Manual: The WBVAMC will not provide service manuals or service diagnostic software to the contractor. The Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as: operational and service manual, schematics, and parts list), which are necessary to meet the performance requirements of this contract. Normal Hours of Coverage, response Time & Emergency Service: All maintenance will be performed during normal hours of coverage (unless other arrangements are agreed upon by WBVAMC and contractor). Work performed outside normal hours of coverage without approval will be considered service during normal hours of coverage. Normal hours of coverage for maintenance are Monday through Friday, 7:00AM to 5:00PM excluding Federal holidays. Federal holidays are: New Year s Day, Martin Luther King Day, Washington s Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Contractor will perform all preventive maintenance tasks in the months listed on the purchase order. Failure to meet this requirement will allow the Government an option to contact a third party vendor to provide service. Costs for services provided by a third party vendor shall be billed against the Contractor. Furthermore, failure to perform any of the services as set forth in this contract will be considered for invoking provisions of Default. Safety and License Requirements: Contractor shall obtain all necessary licenses and permits required to perform this work. Contractor shall take all precautions necessary to protect persons and property from injury and/or damage during performance of this contract. Contractor shall be responsible for any injury to their employees as well as for any damage to personnel of Government property that occurs during the performance of this contract that is caused by the Contractor s fault or negligence. Contractor shall insure that all areas where equipment is serviced under this contract are left in a clean, neat and orderly condition. Contractor shall provide a current copy of the calibration certificates of all test equipment used to calibrate or adjust WBVAMC equipment upon request of the Contracting Officer and/or COTR. Calibration of test equipment shall be in accordance with National Institute of Science and Technology (N.I.S.T.) guidelines. Contractor s service personnel shall follow all applicable hospital policies while on site, i.e. smoking, sexual harassment, etc. The Contracting Officer and/or the COTR reserve the right to remove any of the Contractor s personnel and reuse them permission to work on WBVAMC equipment for serious violations of hospital policies. Contractor s service personnel shall wear contractor issued picture identification in a visible location while on the premises of the WBVAMC. Removal of Equipment for Off-site Repairs: Approval of the Pharmacy Service Supervisor or COTR must be obtained before removing equipment to the Contractor s location. A service ticket noting equipment description and other identification information signed by the FSE shall be provided to the Pharmacy Service Supervisor or COTR before equipment is removed from the WBVAMC. No transportation charges will be allowed for shipping the equipment to/from the Contractor s plant. Contractor will be responsible for any damage or loss of equipment, to/from Contractor s plant. Competency of Personnel Servicing Equipment: The Contractor will provide written assurance of the competency of their personnel and a list of credentials of approved service personnel for each model the Contractor services at the WBVAMC to the Contracting Officer and/or the COTR within 10 days after contract award. Contractor will make revisions to this documentation whenever service personnel are assigned or re-assigned to the WBVAMC site. The Contracting Officer or COTR reserve the right to request authentication of factory training certificates or credentials from the Contractor at any time for any personnel who are servicing WBVAMC equipment. WBVAMC specifically reserves the right to reject any of the Contractor s personnel and refuse them permission to work on WBVAMC equipment. Cancellation of Service: WBVAMC may, without charge, terminate this contract with thirty (30) days written notice for any reason. Option Years: N/A Contract Amendments: Devices may be added or deleted from this contract at the Government s convenience. If devices are deleted, the contract price will be decreased by a prorated amount for the device in question. If devices are added, the contract will be increased by an agreed upon amount with the contractor (Devices will only be added that the contractor is equipped to support).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/36C24418Q9783/listing.html)
- Document(s)
- Attachment
- File Name: 36C24418Q9783 36C24418Q9783.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583736&FileName=36C24418Q9783-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583736&FileName=36C24418Q9783-000.docx
- File Name: 36C24418Q9783 P03.Sole Source Justification signed CSM.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583737&FileName=36C24418Q9783-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583737&FileName=36C24418Q9783-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24418Q9783 36C24418Q9783.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4583736&FileName=36C24418Q9783-000.docx)
- Record
- SN05081794-W 20180912/180910231617-5dbb05c224f80661963fb87cd3c57998 (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 |