SOLICITATION NOTICE
65 -- Electrocardiograph Machines GE Healthcare Brand Name Only
- Notice Date
- 12/27/2018
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25919Q0100
- Response Due
- 1/4/2019
- Archive Date
- 3/5/2019
- Point of Contact
- Contract Specialist
- Small Business Set-Aside
- Veteran-Owned Small Business
- Description
- 6 Request for Quote (RFQ) #: 36C25919Q0100 Electrocardiograph System and Training, GE Healthcare Brand Name Only (Authorized Distributors Only) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, Monday, 12/31/2019 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to stephen.heckman@va.gov no later than 4:00pm EST, Friday, 1/4/2018. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB per email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25919Q0100. The Government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22nd, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1,250 employees. This solicitation is a 100% set-aside for Veteran-Owned Small Businesses (VOSBs). List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; Electrocardiograph System and Training Make/Model Equivalent; GE/ MAC 5500 HD ECG System 2 EA _____________ _____________ PURPOSE The purpose of this requirement is to deliver and install ECGs as part of the initial outfitting of the newly constructed Spinal Cord Injury (SCI) Unit at the Rocky Mountain Regional VAMC located in Aurora, CO. SCOPE The Contractor shall deliver and install all items listed in section 2.5. The Contractor shall provide onsite training as detailed in section 4. All items must meet all salient characteristics defined in section 2.5. Installation must meet manufacturer specifications. The Contractor shall furnish all personnel, supplies, and equipment required for delivery and installation. 2.5 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS 2.5.1. Electrocardiograph, 12 Lead, Portable w/Cart Quantity: 2 Basis of Design: GE/ MAC 5500 HD ECG System GE Healthcare Brand Name Only Specifications/Salient Characteristics: Hardware: Color Display, Acquisition Module- designed to reduce noise and artifact for clearer Electrocardiography (ECG) tracings and improved accuracy in detecting the presence of pacemaker spikes, Barcode Reader- to help reduce errors by automating the input of patient data. Trolley specifically designed cart for equipment transport with design features for convenient holder for the acquisition module, barcode reader, ample writing surface area, wide bins, and a covered storage compartment. Communication: Internal Local Area Network (LAN)- communication method to facilitate data transmission via hard-wired network where wireless networking is not available. Must permit bi-directional communication with the MUSE v system to quickly retrieve, manage, and archive patient data while reducing the potential for errors. Wireless Hardware/Software- wireless capabilities must permit bi-directional communication with the MUSE v8 (or newer) system to quickly retrieve, manage, and archive patient data while reducing the potential for errors. Must be Federal Information Processing Standards (FIPS) 140-2 certified with WPA2 and PSK encryption. Software: 12SL Interpretation- standard arrhythmia analysis software for 12 lead ECG, 12 lead & 15 lead- standard acquisition software for 12 & 15 lead ECG, Pediatrics- arrhythmia analysis software for 12 lead ECG on pediatric patients, high definition pacemaker-detection software to accurately detect the presence of pacemaker spikes along with adding the capability to detect and report the underlying rhythm, Hook-Up Advisor- signal quality analysis software that poor waveform quality during ECG recordings. Gender-Specific interpretation features criteria that helps more easily detect acute myocardial infarction (MI) in female patients, enhancing diagnostic confidence. Acute Coronary Syndrome (ACS) Software analysis software to assist the physician in the ECG assessment of a patient suspected of having ACS and provides additional diagnostic statements which identify specific lead sets where signs of ACS may be present. ACI-TIPI (Acute Cardiac Ischemia Time-Insensitive Predictive Instrument) software that considers a patient s age, gender, and chief complaint, as well as ECG measurements, to generate a numerical score that helps predict the probability of acute cardiac ischemia. Hi-Res Software- for enhanced arrhythmia assessment. Critical Values software- configurable critical values to improve treatment/streamline. Remote Query Software- allows for receiving mode to pull ECG back from main site. Phi-Res Software- P-wave signal average for atrial arrhythmia. Approximate Dimensions: Modular MAC Trolley: 37 H x 19 W x 27 D Main Unit: 3.7 H w/display closed x 15 W x 13.8 D Power Requirements AC 120V 50/60Hz and internal battery 18V @ 3.5 AH ±10% rechargeable NiMH DELIVERY AND INSTALLATION COORDINATION: The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The Contractor shall participate in a pre-delivery meeting as specified below to determine delivery and installation dates. The Contractor shall verify delivery date three (3) business days prior to scheduled delivery. DELIVERY The Contractor shall contact the On-Site Point of Contact to schedule a pre-delivery meeting to be conducted approximately three (3) days prior to the initial award delivery date for verification of delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. Delivery Location: Contractor shall deliver all equipment to the Rocky Mountain Regional VAMC, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO, contract number, and On-Site POCs listed in section 2.6.2.7 below. A pre-delivery meeting will be conducted prior to initial award delivery date for verification of delivery and installation dates. Contractor shall provide white glove delivery for this product. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install are: to be provided after award. INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation shall include programming each ECG to the existing VISN 19 MUSE v8 (or later version), testing the server connectivity, and testing the capability to pull patient order to the ECG machine. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). SITE CONDITIONS Delivery and installation personnel must comply with all site safety requirements, to include the wearing of PPE as required. Site conditions at the time of installation will be covered in the pre-delivery meeting. There shall be no smoking, eating, or drinking inside the installation area at any time. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. Operation, Maintenance Manuals and Training Operation manual per quantity in 2.5 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. Training shall be provided for up to 20 clinical staff for a one-day onsite training/familiarization workshop. The GE/ MAC 5500 HD ECG System is currently in use in other areas of the campus and training is just to cover new hires that might not be familiar with this exact make and model. Contractor will contact POCs detailed in 2.6.2.7. within 2 days of award notification to coordinate training. Training Specific Security Requirements All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Privacy and Information Security Awareness and Rules of Behavior training and annually complete required privacy and security training; and (3) Successfully complete any additional information security or privacy training, as required for VA personnel with equivalent information system access. (4) The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until the training and documents are complete. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any simple items, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the Facility Maintenance Service (FMS) so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair. INFORMATION SECURITY/PRIVACY REQUIREMENTS VA Maintenance/Installation Contracts VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data General, FAR 52.227-14(d) (1). SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. LIQUIDATED DAMAGES FOR DATA BREACH a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,00.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. TRAINING a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Privacy and Information Security Awareness and Rules of Behavior training and annually complete required privacy and security training; and (3) Successfully complete any additional information security or privacy training, as required for VA personnel with equivalent information system access. b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0100/listing.html)
- Place of Performance
- Address: Rocky Mountain VA Medical Center;1700 N Wheeling St;Aurora, CO
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN05183277-F 20181229/181227230030 (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 |