SOURCES SOUGHT
D -- NEW - NTX SCRIPTCENTER MX-5 Refurbishment for the North Texas VA Health Care System
- Notice Date
- 6/12/2019
- Notice Type
- Synopsis
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;124 E. Hwy 67;Duncanville TX 75137
- ZIP Code
- 75216
- Solicitation Number
- 36C25719Q0698
- Response Due
- 6/18/2019
- Archive Date
- 9/16/2019
- Point of Contact
- Charles.Brown9@va.gov
- Small Business Set-Aside
- N/A
- Description
- Introduction This Sources Sought is issued solely for information and planning purposes only. This is not an Invitation for Bids, a Request for Quotation, or a Request for Proposal, nor does it restrict the Government s decision on the ultimate acquisition approach. In accordance with FAR 15.201(e), responses to this notice will not be used as an Offer and cannot be accepted by the Government to form a binding contract. Any contract/order(s) that might be awarded based on information received or derived from this market research will be the outcome of a separate process. The purpose of this Sources Sought is to identify qualified contractors capable of meeting the Department of Veterans Affairs (VA) requirements, to determine if commercial items are available or if commercial items can be modified to meet VA s requirements, to determine the appropriate contract type (i.e., firm fixed-price) that will best support this requirement, to understand commercial pricing practices and garner other market information readily available. Any information provided by a vendor should be non-proprietary in nature. Background/Scope VA s North Texas Healthcare System (VANTHCS) is seeking sources that can provide a ScriptCenter MX-5, supplies, and software license subscription. The mission of the VA is to provide quality care for our Veterans, and this service will help in achieving that. Contractor will deliver, unpack and install the equipment during normal business hours unless prior authorization is given by the COR, Contracting Officer or designated representative. The Contractor is responsible for providing all items listed on the quote and fully installing the equipment, calibrating, testing, and evaluating the equipment after installation to include all other agreements pursuant to the quote and training of on-site staff in use of equipment. Please see the DRAFT Performance Work Statement (PWS) that is included with this Sources Sought for the complete description and scope of the requirements. Performance Work Statement (PWS) GENERAL The contractor shall comply with Federal, State, local laws and regulations applicable to the performance of this contract. SCOPE OF WORK 2.1 Contractor will deliver, unpack and install the equipment during normal business hours unless prior authorization is given by the COR, Contracting Officer or designated representative. 2.2 The Contractor is responsible for providing all items listed on the quote and fully installing the equipment, calibrating, testing, and evaluating the equipment after installation to include all other agreements pursuant to the quote and training of on-site staff in use of equipment. DESCRIPTION OF WORK The contractor shall provide all required service and parts for the VA equipment in accordance with the original equipment manufacturer specifications. Reference below for equipment type and the required service. Equipment: ScriptCenter Shelf Extended PM Equipment Manufacturer: ASTERES Equipment Model: MX-5 S/N: Location: DALLAS VA MEDICAL CENTER, DALLAS, TX PERSONNEL Program Manager. The contractor shall provide in writing the name and phone number of a Program Manager within (10) ten calendar days of the award of the contract. The Program Manager shall be a qualified and experienced manager to oversee the personnel assigned to perform the installation and maintenance services. The contractor s Program Manager shall correspond with the COR on a regular basis to discuss any problems that the contractor or contractor s personnel may be experiencing during the performance of this contract. Unresolved problems shall be referred to the Contracting Officer for resolution. Contractor Service Personnel (CSP). All subcontractors performing work for primary contractor shall meet all specifications and standards that apply to CSP under this agreement. CSP shall maintain clean and neat appearance and shall wear an identification badge at all times when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the outer garment. The COR shall furnish this badge. Due to conflict of interest, the contractor shall not employ a current DOD employee, military or civilian to provide services under this contract. Government point of contact (POC). The COR will be the Government s POC. If required, the COR will be designated in writing to the Contractor and the scope of authority will be set forth therein. Contractor shall respond only to calls from COR or a designated representative from the Medical Center. 3.4 SECURITY STATEMENT: The Vendor 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. For Remote access the vendor will not be issued a userID/Password to the systems covered under this contract. A VA IT system administrator will initiate a collaborative software utility (for example Net Meetings) and invite the vendor to join. The VA system administrator will log into the systems using their credentials and allow vendor to watch the results as the system administrator follows the directions of the vendor. In some situations, the system administrator may give control of the system administrator s desktop to the vendor. The system administrator will supervise and BE RESPONSIBLE for the actions of the vendor. The COTR is responsible for the actions of the system administrator. The Vendor and all VA employees are required to immediately report any security violations to the Information Security Officer. No other security statements are required. During onsite service, the Vendor shall be chaperoned by a VA System Administrator. The vendor shall not be issued a UserID/Password. The chaperon shall log the vendor onto the system and be accountable for the actions of the vendor. The Vendor shall not enter or will immediately leave the computer room if the chaperon is not in the computer room. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media. ACRONYMS AND DEFINITIONS Contracting Officer (CO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. Contracting Officer s Representative (COR). An individual designated in writing by the Contracting Officer to act as an authorized representative of the Contracting Officer to perform specific contract administrative functions within the scope and limitations as defined by the Contracting Officer. EQUIPMENT OWNERSHIP. Title to equipment shall remain with the contractor until installed and established. After completion, a satisfactory inventory and inspection is completed by Contractor, COR and Maintenance personnel. Upon approved inspection, title, equipment, accessories and ownership will be released to VA North Texas Healthcare system (VANTHCS). LIMITED WARRANTY. All equipment listed on Schedule B and pursuant to the attached quote, shall be fit and sufficient for the purpose intended as set forth in the user manuals; and merchantable, of good quality and free from defects in materials or workmanship; for a period of one (1) year from the date of the first invoice under this agreement. 6.2. Maintenance and/or repairs that are not covered under the warranty will be paid by the Government. 6.3 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. NARA RM Language Clause 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 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 (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. TERMINATION The Agreement is terminated at the completion of the inspection and satisfactory evaluation. This Sources Sought is issued solely for information and planning purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract; there is no obligation on the part of the Government to acquire any products or services described in this SOURCES SOUGHT. Your response to this SOURCES SOUGHT, including the participation in a Site Visit, will be treated only as information for the Government to consider, you are responsible for adequately marking proprietary, restricted or competition sensitive information contained in your response, and all information received in response to this SOURCES SOUGHT that is marked as proprietary will be handled accordingly. All submissions become the property of the Federal Government and will not be returned. The Government does not intend to pay for the information submitted in response to this Sources Sought nor for any costs or expenses related to the participation in a Site Visit; vendors will not be entitled to payment for direct or indirect costs incurred in responding to this SOURCES SOUGHT or participating in a Site Visit, and respondents are solely responsible for all expenses associated with responding to this SOURCES SOUGHT and participating in a Site Visit. No funds have been authorized, appropriated or received for this SOURCES SOUGHT effort. The information provided may be used by VA in developing its acquisition strategy and PWS. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-JUN-2019); 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/VANTHCS/VANTHCS/36C25719Q0698/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;VA North Texas Healthcare System;ATTN: Logistics;4500 S. Lancaster Road;Dallas, TX
- Zip Code: 75216
- Country: United States
- Zip Code: 75216
- Record
- SN05338614-F 20190614/190612230019 (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 |