DOCUMENT
J -- GE TELEMETRY SERVERS SERVICE AND MAINTENANCE FOR THE BATH VAMC - Attachment
- Notice Date
- 10/16/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 2;2875 Union Road;Suite 3500;Cheektowaga NY 14227
- ZIP Code
- 14227
- Solicitation Number
- 36C24219Q0019
- Response Due
- 10/23/2018
- Archive Date
- 12/22/2018
- Point of Contact
- Janine Childs
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Notice. (a) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (b) Although "proposal," "offeror," contractor, and "offeror" may be used in this sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (c) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as "proprietary" or "confidential," intended to restrict distribution will not be distributed outside of the Government, except as required by law. (d) This Sources Sought is issued by VISN 2 Contracting Office in Bath, NY for the purpose of collecting information about GE Telemetry Server Service and Maintenance for the Bath VA Medical Center. The VA is seeking to provide for this requirement within 60 days of the award of the contract. The NAICS code identified for this requirement is 811219 Other Electronic and Precision Equipment Repair and Maintenance. The requirement is detailed in the Statement of Work section of this document. (e) Cursory market research has identified several small businesses that may be able to provide for this requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the Canandaigua VA Medical Center. Please note at least 50 percent of the cost of personnel for contract performance shall be spent for employees of the concern for a proposal to be considered for a small business set-aside. Contractors that are able to meet the requirements in the attachment are encouraged to email a capability statement and full information to Janine Childs at Janine.Childs@va.gov. Please send all inquiries to: Janine.Childs@va.gov by 4:00 pm EST Tuesday, October 23, 2018. Phone calls will not be accepted. - Part of the purpose of this sources sought is to determine the viability of set aside to a specific socio-economic category. Contractors shall identify the NAICS code for the services being offered as well as their size status under said NAICS. This information will be used to determine the viability of a set aside for this requirement. - Contractors shall also identify any Federal Supply Schedules that may carry the desired services. - Contractors shall identify pertinent point of contact for company, contractor DUNS number for size standard and socioeconomic verification in SAM and VIP. - Contractors shall include any relevant comments about the Attachment(s) if applicable. STATEMENT OF WORK GE TELEMETRY SERVER SERVICE AND MAINTENANCE BATH VA MEDICAL CENTER The Bath VA Medical Center (VAMC) located at 76 Veterans Ave, Bath, NY has a requirement for GE Telemetry Server Service and Preventative Maintenance. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. A.1 Scope of Work: A Contractor shall provide all necessary equipment, tools, parts, and materials to perform these contract duties as described for the Bath VAMC. Period of performance shall begin on January 1, 2019, unless otherwise specified, and shall expire on December 31, 2019, with the provision of four option years. During the term of this contract, server equipment may be added or deleted from this contract as equipment is replaced, added or removed from service at the facilities. Any such change shall be reflected in a written modification to this contract, signed by the contractor and the lead contracting officer. A.2 General: All work associated within this Statement of Work shall be completed during normal business hours, unless otherwise noted. Normal business hours are typically 8 am to 5 pm Monday through Friday, exclusive of Federal Holidays. Federal Holidays observed by the VAMC are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day All work must be performed by Original Equipment Manufacturer (OEM), General Electric, certified and trained technicians using authorized OEM replacement parts. The Contractor shall use only new OEM parts and shall have full versatility with presently installed equipment. All work shall be performed by competent personnel, experienced and qualified to work on the specific equipment listed on the schedule. Contractor shall provide certification as required by the Joint Commission on the Accreditation of Healthcare Organizations (JCAHO) that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. All work performed shall be first class in accordance with good manufacturing practices. Contracting Officer reserves the right to request proof of appropriate training and experience from vendor personnel for servicing the equipment on the schedule. Contractor shall repair, modify, or correct as necessary equipment deficiencies related to any and all hazard alerts from the manufacturer, FDA, or Veterans Administration, etc. at no additional cost. Contractor shall provide any documentation required by law regarding the final disposal of any components and/or supplies, as defined by the EPA, the Resource Conservation & Recovery Act, and 6NYCRR, replaced during any service performed on the listed equipment. This documentation shall include, but not be limited to, manifests, detailed lists of disposed waste, etc. showing cradle-to-grave documentation of proper disposal It is the Contractors responsibility to provide all personnel, equipment, manuals, tools, and schematics to perform contracted services. Work not covered by this contract shall not be performed without first obtaining permission of the Contracting Officer. Bills resulting from additional work performed without prior approval will not be honored. Furthermore, the contractor may NOT assume that they will be the primary source of any work outside the scope of this arrangement (e.g., the purchase of new equipment similar to that serviced under this agreement). All work outside of the scope of this agreement shall be competed under the jurisdiction of the FAR, VAAR, and any other applicable laws and statutes to find the best value to the Government This contract will cover ALL necessary maintenance and support for the listed equipment, including but not limited to mechanical breakdown, design failure, mechanical defect, defect caused by user error, or defect caused by a situational emergency beyond the control of the VA. The contract price shall include all travel, fees, accommodations, and any other costs incurred by the contractor. Additional fees or charges of any kind will not be paid A.3 Equipment: Line Item Manufacturer Description Serial Number 1 General Electric APEXPRO SUBSYS W/2 QD PA1232632 2 General Electric APEXPRO CH TXMTR USA ENG RT905104180GA 3 General Electric APEXPRO CH TXMTR USA ENG RT905104182GA 4 General Electric APEXPRO CH TXMTR USA ENG RT905104186GA 5 General Electric APEXPRO CH TXMTR USA ENG RT905104179GA 6 General Electric APEXPRO CH TXMTR USA ENG RT905104183GA 7 General Electric APEXPRO CH TXMTR USA ENG RT905104181GA 8 General Electric APEXPRO CH TXMTR USA ENG RT905104178GA 9 General Electric APEXPRO CH TXMTR USA ENG RT905104185GA 10 General Electric APEXPRO CH TXMTR USA ENG RT908443897GA 11 General Electric APEXPRO CH TXMTR USA ENG RT908443899GA 12 General Electric APEXPRO QUAD REC MOD US RTS05090373GA 13 General Electric APEXPRO CH TXMTR USA ENG RT912384798GA A.4 Preventative Maintenance (PM): One scheduled preventive maintenance service will be provided 1 no later than the 11th month of the contract. Includes, but not be limited to: electrical safety testing, lubrication, adjustment, calibration, testing and replacement of faulty parts and/or parts which are likely to fail at no additional charge. The contractor s PM procedures will be in accordance with OEM specifications. These procedures shall be presented in writing to the Contracting Officer s Representative (COR) at the onset of this contract before any work is performed by the contractor. At the conclusion of the preventive maintenance visit, the instrument(s) and/or equipment shall be returned to the operating condition stipulated by the manufacturer's factory specifications. A.5 Response Time: Contractor shall respond to all repair requests within the specified time frame. Response by the Contractor is defined as: Telephone troubleshooting/repair services within one (1) working hour of the initial contact; and/or An on-site visit by a qualified repairperson within eight (8) working hours of the initial contact; and/or Shipment of appropriate parts for installation by VA personnel or contractor representatives within twenty-four (24) hours of the initial contact. Contractor shall provide a toll-free eight (8) hour-per-day, five (5) day-per-week technical troubleshooting telephone support service for both hardware and software problems. This troubleshooting line will first attempt to guide the VA employee placing the call through identifying and remedying the problem, and will dispatch the necessary personnel or parts thereafter. A.6 Remote Access: If the contractor desires to perform applicable maintenance/repair options utilizing remote access procedures, the contractor shall be required to satisfy any and all VA security requirements before being granted this access. These requirements shall include but not be limited to VA sponsored training, security background checks, assignment of unique access codes, following all appropriate login policies and procedures, etc A.7 Inspection of Work: The Contracting Officer s Representative (COR) will monitor and certify as to the receipt of services rendered under this contract: The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance, advice and to generally supervise the work to be performed under this contract. The COR shall have the following scope and limitations of authority: Place oral orders for services not to exceed those required under the contract. Certify acceptance of services received in accordance with the contract requirements. Furnish technical guidance and advice, and monitor services performed under the contract. Report any deficiencies in performance, quality of service, safety practices and questions on contract performance or suspensions of work to the Contracting Officer. Certify contractor invoices for payment of services rendered in accordance with the contract terms. This delegation of authority does not include any authority to make changes in quantity, quality and delivery. The Contracting Officer acting within the scope of his/her authority must make all changes to the contract. This delegation of authority shall expire upon completion of the contract or unless sooner revoked in writing by the Contracting Officer, but in any case, will not extend beyond December 31, 2023. Be advised that the COR cannot change price, terms, or conditions of this contract. The Contractor is hereby notified to contact the contracting officer regarding any issues regarding price, terms or conditions of this contract. A.8 Daily Scheduling/Reporting Requirements: The Contractor and his/her employees will report to the above designated COR, prior to beginning of work and again on completion of the workday. They will be required to complete a sign-in/sign-out log, listing the areas of planned work and actual work accomplished. The Contractor s proposed work scheduling is subject to mutual acceptance by the COR. The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COR, in writing, of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Vendor considers he/she is not responsible for under the terms of the contract. The vendor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. A.9 Wage Determination: Current U.S. Department of Labor Wage Rates shall be applicable to this service in accordance with the Service Contract Act of 1965. A.10 Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer or his/her designee may determine to be reasonably necessary to protect the safety and health of all employees and occupants of the Medical Center. The Contracting Officer or his/her designee will notify the contractor of any noncompliance with the foregoing provisions and necessary corrective action. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his/her representative at the site of the work, shall be deemed sufficient for the purpose aforesaid. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all and any part of the work, and hold the Contractor in default. A.11 Identification and VAMC Regulations: The Contractor's employees and/or subcontractors approved by the COR shall wear visible identification at all times while on the premises of the VAMC. Identification shall include but not be limited to a company identification card, which shall include the company name, employee name, title, and a photograph of the employee. All employees of the Contractor or Subcontractor providing services to the Government must wear a company uniform identified with the company name and/or logo. Uniforms must be neat and clean at all times while working the VA premises and will be approved by the COR. The Contractor agrees that none of its officers or employees shall use or reveal any research, statistical, medical, or security information which may be obtained during the performance of the work or as a result their presence on Government premises without the written consent of the Government. Contractor shall comply with all applicable HIPAA regulations and requirements necessary to protect the privacy, integrity & reliability of electronic Protected Health Information (ePHI) and provide proof of an existing Business Associate Agreement with the VA. This includes any exposures to ePHI by support personnel or disclosure of any ePHI to any other agents during the course of regular service and support activities, and to any ePHI obtained during the course of complaint investigation or any other FDA mandated activity. Upon termination of this contract, the contractor shall continue to extend this protection to any ePHI retained during this activity. NOTE: Under no conditions shall any electronic storage media be removed from Veterans Affairs (VA) premises without being thoroughly sanitized to VA standards.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWNYHCS528/VAWNYHCS528/36C24219Q0019/listing.html)
- Document(s)
- Attachment
- File Name: 36C24219Q0019 36C24219Q0019.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637272&FileName=36C24219Q0019-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637272&FileName=36C24219Q0019-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C24219Q0019 36C24219Q0019.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4637272&FileName=36C24219Q0019-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Bath VAMC;76 Veterans Ave;Bath, NY
- Zip Code: 14810-0810
- Zip Code: 14810-0810
- Record
- SN05126150-W 20181018/181016230659-eb6823b4e6ff3eae8e663f0a565e88d1 (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 |