MODIFICATION
J -- 598-20-4-723-0750 SWISSLOG PHARMACY SB RFQ
- Notice Date
- 6/25/2020 11:14:31 AM
- Notice Type
- Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25620Q0774
- Response Due
- 7/10/2020 1:00:00 PM
- Archive Date
- 07/20/2020
- Point of Contact
- Andrew T Misfeldt, Contract Specialist
- E-Mail Address
-
andrew.misfeldt@va.gov
(andrew.misfeldt@va.gov)
- Awardee
- null
- Description
- SWISSLOG AUTOPHARM MAINTRENANCE AND SERVICE PROGRAM PERFORMANCE WORK STATEMENT A. GENERAL: Title of Project: Maintenance and Service Contract for the Swisslog AutoPharm equipment located at the Central Arkansas Veterans Healthcare System (CAVHS), both Little Rock (LR) and North Little Rock (NLR) locations. Scope of Work: The contractor in question shall furnish all qualified/certified personnel, tools, materials necessary equipment and services to include lodging, travel and meals necessary to perform the following scope of work. The scope of work for this contract will be to perform preventative maintenance (PM), any necessary manufacture testing requirements, routine inspections and any unscheduled maintenance on all CAVHS Swisslog AutoPharm equipment. This will include calibrating, adjusting, and replacement of worn or defective parts, and troubleshooting as necessary to ensure continual operation. This will include emergency call back on weekends and holidays deemed necessary by the Contract Officer Representative (COR). Definitions: The following terms have the following meanings in this scope of work (SOW): VA Administrative Hours: 8:00 AM to 4:30 PM, Monday through Friday, excluding federal holidays Non-Administrative Hours: 4:31 PM to 7:59 AM, 24 hours on weekends and federal holidays Government: The United States of America Veterans Affairs (VA): Government s federal agency for which the Government contracts for the services specified herein. VA and Government will be used interchangeably throughout this SOW and contract. Where the term VA is used, it shall mean the same as Government . COR: Contracting Officer s Representative PMRS: Preventive Maintenance (PM) and Repair Services (RS) PMI: Preventative Maintenance Inspections OEM: Original manufacture Equipment Government personnel observed Holidays: The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day Martin Luther King's Birthday President's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation Background: The (ESTIMATED) period of service for this requirement will be from date of award (Base Year), with four possible option years (should the government decide to exercise those option years). This contract will provide maintenance and service to the Swisslog AutoPharm automation equipment between both locations (LR/NLR). This equipment includes two ATP Series 128 pill packager units with their associated workstation, an Autocarousel unit with workstation, an AutoCool+H unit with workstation, and four AutoCool-H units without a workstation. As equipment is replaced or added to CAVHS s inventory, the COR will submit modifications to the Contract Officer. Service shall consist of 24/7 remote diagnostic service via phone and VPN connection, corrective maintenance for failed wear-and-tear parts within 4 hours of notification, and on-site preventive maintenance (PM) on AutoCool+H units. In addition, software service shall consist of 24/7/365 remote diagnostic service and corrective action, software updates to address bugs, malfunctions, and/or interface issues, access to quarterly change order requests that require 8 hours of development or less to complete. The contractor s technicians must be Swisslog trained and certified in repairs and servicing the specified equipment. The contractor shall not assign uncertified technicians to perform any service of which the technician is not certified in. The contractor will provide TRAINING/ CERTFICATIONS letters as part of the bid/proposal. Onsite technicians shall demonstrate a verifiable proficiency in maintaining and servicing the equipment. Contractor shall certify that it is a Swisslog Manufacturer Authorized Partner as of the date of the submission of their offer, and that it has the certification/specialization level required by the manufacturer to support the product in accordance with the applicable manufacturer certification/specialization requirements. WORK HOURS: HOSPITAL HOURS: The Contractor shall schedule and arrange work to cause the least interference with the normal occurrence of Government business and mission. In those cases where some interference may be essentially unavoidable, the Contractor shall make every effort to minimize the impact of the interference, inconvenience, equipment downtime, interrupted service, customer discomfort, etc. Normal work hours are from 8:00am to 4:30pm Monday through Friday, Excluding Federal Holidays. Technicians have the opportunity be onsite during the normal working hours. Hours beyond and before 8:00am to 4:30pm, shall be required only during emergency calls and approved by the COR. The contractor in question will check-in with Equipment Repair personnel for both locations (LR/NLR) upon arrival to the facility and before leaving at the end of the day. In the event of an emergency or unscheduled need for repairs, parts and/or labor shall be provided during normal duty hours by the Contractor at no additional charge upon notification by the COR. Service Call Classifications: Service calls will be classified by the Government as either emergency or routine, and the following procedures shall apply for each type. Except for emergency callback service, the Contractor shall perform all work during regular working hours of regular working days 8:00 a.m. to 4:30 p.m. excluding Federal holidays, unless specifically instructed otherwise by the COR. Emergency Service Calls: Service calls will be classified as emergency at the discretion of the COR. Routine Service Calls: Service calls will be classified as routine when the work does not qualify as an emergency call. The Contractor shall respond to and begin work on routine service calls during the following normal workday. For example, if a routine service call is received by the Contractor after 5:00 p.m. during Monday through Thursday, they will start the repair action on the following morning (unless it a Federal Holiday). If a routine service call is received by the Contractor after 5:00 p.m. on Friday, during the weekend or on Monday deemed as a Federal Holiday, they will start the repair action on the following morning of the next normal workday. Routine service work will normally be performed during the Government regular working hours unless prior approval is received from the COR. The Contractor shall provide Service Call Plan. Plan shall provide proper procedures for routine service calls and emergency service calls. The plan will include all service representatives' name, telephone number, and location. Type of Contract: Firm Fixed Price: CONTRACT AWARD MEETING The contractor shall not commence performance of the tasks identified in this SOW until the Contracting Officer (CO) has conducted a post-award conference or has advised the contractor that a post-award conference has been waived. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. TASK ONE: Certified Technicians DELIVERABLE ONE: Certificates for certified training CHANGES TO THE STATEMENT OF WORK The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer s Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. G. GOVERNMENT RESPONSIBILITIES 1. The government shall provide the contractor access to the appropriate area/areas where the system will be installed. 2. The Government will furnish the following utility services at existing outlets, for use in those facilities provided by the Government and as may be required for the work to be performed under the contract: electricity, natural gas, fresh water, sewage service, and refuse collection from existing collection points), Information concerning the location of existing outlets may be obtained from the COR. The Contractor shall provide and maintain, at his/her expense, the necessary service lines from existing Government outlets to the site of work. H. Proper Invoicing and Billing: Invoices submitted for payment of goods and/or services provided under this contract must be submitted within thirty (30) calendar days after the date in which service was performed and contain, as a minimum, the following information: Name and address of the business concern. Invoice date. Obligation number (must have Obligation number to ensure prompt payment on all invoices and shipments) and Contract number. I. RECORDS & PRIVACY Information Systems Officer, Information Protection: The contractor will/will not have access to VA Desktop computers and they will/nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. Privacy Officer: The contractor will/will not have access to protected Patient Health Information (PHI) and they will/nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed frome: 1 Buffington St, Watervliet, NY 12189, USA Delivery: 60 Days After Delivery of Contract, or Better Estimated Date of Solicitation: February 13, 2019 SAM Notice: In order to be eligible for award, the successful offeror's System for Award Management (SAM) Registration must be active and include representations and certifications. Set-Aside: The proposed contract is 100% set-aside for SDVOSB concerns. Location of Posted Solicitation: This solicitation will be issued electronically, therefore hardcopies will not be provided.� This solicitation, is available on the betaSAM website at https://www.beta.sam.gov and will be listed under Army Contracting Command ACC-Warren (ACC-WRN) (WVA).� CAUTION:� This solicitation will be issued electronically as will any amendments thereto.� Because of this, the Government is under no obligation and is in fact unable to maintain a bidder�s mailing list.� It is therefore incumbent upon any interested parties to periodically access the above Internet address in order to obtain any amendments that may be issued.� Failure to obtain any said amendments and to respond to them prior to the date and time set for receipt of offers may render your offer nonresponsive and result in the rejection of same. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d96680cefb874933b48f633c1cb3ce11/view)
- Record
- SN05702362-F 20200627/200625230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |