Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2019 FBO #6420
SOURCES SOUGHT

70 -- Computer on Wheels

Notice Date
6/20/2019
 
Notice Type
Synopsis
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
36C25719Q0980
 
Response Due
6/25/2019
 
Archive Date
7/10/2019
 
Point of Contact
9 AM CST via email only
 
Small Business Set-Aside
N/A
 
Description
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 52.00 EA $00.0 $00.0 HOWARD HI-CARE E LOCAL STOCK NUMBER: BASE109 0002 1.00 EA $00.00 $00.00 ONSITE SET UP AND INTERGRATION LOCAL STOCK NUMBER: PRO SERVICE GRAND TOTAL $00.00 This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of businesses including (but not limited to) 8(a), HUBZone, Service Disabled Veteran-Owned Small Business, and Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 334111. The Department of Veterans Affairs is seeking both manufacturers and/or distributors of the exact match or functionally equivalent equipment/ services to the following listed above. Salient Characteristics HI-Care E Standard Base Cart BASE Central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, height adjustments, and light controls. Motorized work surface height adjustment (32.5 sitting to 47.5 standing). LCD VESA monitor mount with vertical adjustment - Monitor mount also includes tilt, swivel, and rotate features. Slide-out keyboard tray - Max keyboard dimensions (18.2' W x 7.5' D x 1.6' H) LED keyboard light with multiple brightness levels. Mouse surface and mouse pouch on left or right side of keyboard Universal accessory mounting 8ft coiled power cord, with hospital-grade AC plug and dual integrated hooks 4-port USB Hub Cart overall size 21.4'W x 23.3'D Foot rests on front legs to help reduce fatigue Anti-microbial agents in touch surfaces to help reduce the spread of certain types of bacteria Standard gray/white color scheme Includes select software from our Mobile Care suite 3 Year Standard Warranty WARRANTY: Standard Warranty 3 Years on Mechanical Components 3 Years on Electrical Components 3 Years on Lithium Battery Defect 3 Years on Lithium Battery Performance Standard Base Cart - Rechargeable, high-efficiency power system; for powering devices up to 150W (150VA); 20A charger; 120VAC true sine output; battery supports long cycle life, fast recharge, and is durable, safe, environmentally friendly and lightweight Features: High output efficiency, minimum 85% Reusable air filter minimizes dust ingestion, improves reliability Long battery life; high cycle life Fast charging (100% recharge in about 2.3 hrs.) Durable- recovery from prolonged discharge Safe- excellent stability Lightweight 12 lb. Battery Electronic Steer Assist Technology for HI-Care E Standard Base Cart - Steering Assist Technology (SAT) is an innovative feature facilitating the smooth, effortless steering of the carts. Motorized LCD Arm for Care E Standard Base Cart Rotatable Adjustable Front Handle, for ergonomic soft grip handles rotate and can be set in multiple ergonomic comfort push positions from horizontal to vertical Electronic Locking Work Surface for HI-Care E Standard Base Cart-Motorized internal locking mechanism secures the removable work surface lid in place. Worksurface Lamp for HI-Care E-Provides light onto the cart worksurface top while working in unlighted areas Integration Kit for Ultra Small Form Factor, Thin Client, or All-In-One PC Mount for PIV (Personal Identification Verification) model Sun Micro SCR3310V2 Smart Card Reader with included brackets Mount for electronic signature pad for HI-Care E/X or Paradigm E/X carts, with included brackets Keyboard, Full Size, White, USB, Washable, Anti-Microbial - Mouse, washable, white, antimicrobial, white, 3-button with scroll, USB connected Monitor, 24', White, full 24' diagonal viewable size, white housing, 1920x1080 resolution All applicable web-based software. Enhanced Honeywell-based 1902HHD Cordless BCMA Firmware Scanner kit: Includes BCMA Firmware, setup card, FIPS 140-2, USB, 3-year Comprehensive warranty (TCG1902-1LC3) with TCG EWP Warranty Protection. USB Smart Card Reader (Rom) 1 Year Manufacturer s Warranty Universal Reversible USB 2.0 Hi-Speed Extension Cable (Reversible Right / Left Angle A to A M/F), 18-in.h Barcode Scanner Mount Kit for Universal Wireless or Tethered Scanners Universal Wireless mount supports the following brands and models: Honeywell 1902 Motorola DS6878HC-FIPS (not non-FIPS) Code 2500 wireless handle mount (original and new version) Code 2600 (may limit LCD swivel range) Datalogic GBT4100 & GBT4400 Intermec SG20 Universal Tethered Scanner mount supports most handheld barcode scanners having a gun-style form factor (Scanner, Charger Base, or Cabling not included) Central Texas Veterans Health Care System (CTVHCS) Howard Medical, Hi Care Carts Statement of Work (SOW) CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE (COTR): CTVHCS appointed one (1) COR for this contract. When service is requested, the contractor will always contact the COR Calandria M. Hypolite, at (254) 743-1211 SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled delivery will be provided only during Contractor s normal working hour s local site time. Upon acceptance of this contract, the Contractor shall immediately contact the COR Calandria M. Hypolite, at (254) 743-1211, to schedule mutually agreeable delivery times. SCOPE OF WORK: Delivery and set up of 52 HI-Care E Base Carts for CTVHCS, 1901 Veterans Memorial Drive, Bldg. 206, Temple, TX 76504. Delivery activities shall consist of the following: Setup. Delivery of all items necessary to install the HI-Care E Base Cart and Onsite Setup/Integration for operation. Post installation inspection. COR will verify that required specifications are met and testing will be performed as necessary to meet VA and vendor requirements. C. Item will be installed by the vendor. Vendor will provide on-site setup and integration of 52 Hi-Care Computers on Wheels (CoWs). An authorized technician will complete the on-site setup and integration of 52 base carts. The estimated time for this project will be up to 8 working hours (5 business days per week: Monday-Friday). The date and time of the visit will be coordinated between the IT, BioMed, and the BCMA Coordinator, the customer and vendor after the carts have been shipped and computing devices have been imaged. HI-Care E Base Cart Central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, height adjustments, and light controls. Motorized work surface height adjustment (32.5 sitting to 47.5 standing). LCD VESA monitor mount with vertical adjustment - Monitor mount also includes tilt, swivel, and rotate features. Large work surface area (17 W x 14.3 D) with translucent protective cover Large, fan cooled, PC compartment (dimensions: 17.1'W x 12.5'D x 3.2'H) (4) 5' premium casters with 2 locking casters on front Ergonomic adjustable push handles w/ soft-touch grip on front of cart and wrap around handle on sides and rear Steering Assist Technology Slide-out keyboard tray with 15-degree negative tilt feature and integral wrist rest. - Max keyboard dimensions (18.2' W x 7.5' D x 1.6' H) LED keyboard light with multiple brightness levels. Mouse surface and mouse pouch on left or right side of keyboard Integral AC power distribution with 6 AC receptacles for powering customer equipment Universal accessory mounting locations on rear of cart and on monitor mount Cable management area with easy access panels to manage and house excess cables 8ft coiled power cord with hospital-grade AC plug and dual integrated hooks Includes 4-port USB Hub Cart overall size 21.4'W x 23.3'D, Base foot print 19 W x 20 D Foot rests on front legs to help reduce fatigue Anti-microbial agents in touch surfaces to help reduce the spread of certain types of bacteria Tool-less, snap on, battery cover Standard gray/white color scheme Cart and cart accessories ship fully assembled in one box for convenience Includes select software from our Mobile Care suite 3 Year Standard Warranty EXCLUSIONS (unless otherwise quoted): Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. Modification or corrections to installation room or supplied power. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system does not contain Patient Health Information (PHI) and Individually Identifiable Information (III).     No VA data will leave the VA Facility.   If a hard drive or any other electronic storage device needs to be replaced, the device will be given to the ISSO.   After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested.   The repair of this system will be supervised by a VA employee in BioMed, O&IT, BCMA Coordinator to assure data does not leave the facility.   The COR is responsible to assure that no VA data leaves the facility and an employee supervises repair.   No Security & privacy training is needed by the vendor because the repair will be supervised.   No other security statement is needed.   DOCUMENTATION: Contractor will provide the COR with individual written reports which describe the maintenance and repair service performed on the equipment under warranty in sufficient detail to be acceptable by field inspectors of the Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated CTVHCS personnel. The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor. Warranty items that expire during the contract period will be added to the contract as appropriate. 9. NEGLIGANCE CLAUSE: When services and parts are required because of accident, abuse, misuse or negligence by other than the Contractor or his representative and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer s representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. 10. RECORDS MANAGEMENT: A. 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. B. 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. C. 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. D. 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. E. 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. F. The Government Agency owns the rights to all data/records produced as part of this contract. G. 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. H. 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.]. I. 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. J. 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. 11. HD Statement: Electronic storage devices (ESD) of all forms containing any VA data shall not be removed from VA control. If the ESD needs to be replaced, the failed ESD shall be given to the facility Information Security Officer (ISO) for sanitization. Following sanitization of the ESD and at the request of the vendor, the sanitized ESD may be returned to the vendor for inventory purposes. If the equipment/system must be taken off VA premises for service or at the end of a lease, the ESD shall be removed by the vendor without cost to the VA and left at the VA for reinstallation or sanitization. Questions can be referred to the ISO. 12. SECURITY STATEMENT: No remote access. Chaperoned on site! 13. END OF CONTRACT: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-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/VASTHCS/VASTHCS/36C25719Q0980/listing.html)
 
Place of Performance
Address: Olin E. Teague Veterans Medical Center;1901 Veterans Memorial Drive;Temple, Texas
Zip Code: 76504
Country: USA
 
Record
SN05347427-F 20190622/190620230027 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.