SOURCES SOUGHT
J -- RFI: Intent to Sole Source
- Notice Date
- 11/12/2020 10:44:04 AM
- Notice Type
- Sources Sought
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25221Q0145
- Response Due
- 11/18/2020 8:00:00 AM
- Archive Date
- 12/18/2020
- Point of Contact
- donald.st.onge@va.gov, Donald St. Onge, Phone: 414-844-4828
- E-Mail Address
-
Donald.St.Onge@va.gov
(Donald.St.Onge@va.gov)
- Awardee
- null
- Description
- STATEMENT OF WORK (SOW) 1. Scope: Contractor to provide all labor, materials, tools, replacement parts and other equipment necessary to provide semi-annual preventive maintenance, routine and emergency repair for two (2) MALDI Biotyper systems, one at the Edward Hines Jr. VA Hospital in Hines, IL and one at the Clement J. Zablocki VA Medical Center in Milwaukee, WI. 2. Specific Tasks Preventive maintenance Contractor shall perform Semi-Annual preventive maintenance shall be performed on each system in accordance with manufacturer s recommendations. Routine and Emergency repair A technical assistance center shall be available by telephone seven (7) days per week to troubleshoot equipment malfunctions. Equipment repair service shall be available during regular business hours, Monday through Friday, 7:30am 4:30pm. Certain circumstances may dictate the need for emergency repair services to be conducted outside routine business hours. 3. General Requirements All repair and replacement parts required shall be new and included in the price of this contract. Service response time will be no more than 24 hours during the regular business week. Arrangements for preventive maintenance and repair services will be coordinated between the Contractor and the Contracting Officer s Representative (COR) or other lab representative if the COR is not available. The Contractor shall furnish labor, parts, and/or replacement equipment necessary to repair operational or mechanical breakdowns of instrumentation and ancillary equipment (i.e. printers, computers, etc.) Contractor personnel must have documentation from Bruker Scientific that they have been trained, certified and authorized to provide repair, preventative maintenance, and technical support services on MALDI Biotype Systems. A service report shall be furnished to the respective Government Laboratory upon completion of each repair or preventative maintenance service. The report shall include, as a minimum, the following information: Date and time notified (for repair service) Date and time of arrival Serial number, type and model number of equipment Time spent for repair or preventive maintenance services Description of repair or preventive maintenance services performed Proof of repair service that includes documentation of a sample run for quality control, or other means of testing to verify acceptable performance. 4. Hours of Operation: Normal hours of coverage are Monday through Friday from 7:30am to 4:30pm local, excluding holidays. 5. Place of Performance Edward Hines Jr. VA Hospital Clement J. Zablocki VA Medical Center 5000 S. 5th Ave 5000 W. National Ave Hines, IL 60141 Milwaukee, WI 53295 6. Period of Performance Base Year: 1 February 2021 through 31 January 2022 Option Year One: 1 February 2022 through 31 January 2023 Option Year Two: 1 February 2023 through 31 January 2024 Option Year Three: 1 February 2024 through 31 January 2025 7. Security Requirements: Vendor shall not have access to VA sensitive information, patient records or data. 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 Reporting: 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: Consistent with the requirements of 38 U.S.C. ยง5725, 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. 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: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. Training 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; Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; Successfully complete the appropriate VA privacy training and annually complete required privacy training; and Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] 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 such time as the training and documents are complete. 8. Government Furnished Equipment (GFE) / Government Furnished Information (GFI): None 9. Required Registration with Contractor Performance Assessment Reporting System (CPARS): As prescribed in Federal Acquisition Regulation (FAR) Part 42.15, the Department of Veterans Affairs (VA) evaluates contractor past performance on all contracts that exceed the thresholds outlined in FAR Part 42.15, and shares those evaluations with other Federal Government contract specialists and procurement officials through the Past Performance Information Retrieval System (PPIRS). The FAR requires that the contractor be provided an opportunity to comment on past performance evaluations prior to the posting of each report. To fulfill this requirement VA uses an online database, the Contractor Performance Assessment Reporting System (CPARS). The CPARS database information is uploaded to the Past Performance Information Retrieval System (PPIRS) database, which is available to all Federal agencies. Each contractor whose contract award is estimated to exceed the thresholds outlined in FAR Part 42.15 is required to provide to the contracting officer contact information for the contractor s representative with their response to the solicitation. The contractor is responsible to notify the contracting officer of any change to the contractor s representative during the contract performance period. Contractor s representative contact information consists of a name and email address. The Government will register the contract within thirty days after contract award. For contracts with a period of one year or less, the contracting officer will perform a single evaluation when the contract is complete. For contracts exceeding one year, the contracting officer will evaluate the contractor s performance annually. Intermediate reports will be filed each year until the last year of the contract, when the final report will be completed. Each report shall be forwarded in CPARS to the contractor s designated representative for comment. The contractor s representative will have thirty days to submit any comments and return the report to the VA contracting officer. Failure by the contractor to respond within those thirty days will result in the Government s evaluation being placed on file in PPIRS without contractor s comments. 10. Health and Human Services / Office of the Inspector General (HHS/OIG): To ensure that the individuals providing services under the contract have not engaged in fraud or abuse regarding Sections 1128 and 1128A of the Social Security Act regarding federal health care programs, the contractor is required to check the HHS/OIG, List of Excluded Individuals/Entities on the OIG Website (www.hhs.gov/oig) for each person providing services under this contract. Further the Contractor is required to certify in its proposal that all persons listed in the contractor s proposal have been compared against the OIG list and are NOT listed. During the performance of this contract the Contractor is prohibited from using any individual or business listed on the List of Excluded Individuals/Entities. 11. Health Insurance Portability and Accountability Act (HIPAA) Compliance: Contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and the National Standards to Protect the Privacy and Security of Protected Health Information (PHI). As required by HIPAA, the Department of Health and Human Services (HHS) has promulgated rules governing the security and use and disclosure of protected health information by covered entities, including the Department of Veterans Affairs (VA). In accordance with HIPAA, the Contractor may be required to enter into a Business Associate Agreement (BAA) with VA. No BAA is required.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5854b624c4a64dcca06e6656bad88037/view)
- Place of Performance
- Address: Edward Hines VA Hospita; amd Clement J. Zablocki VA Medical Center (see addresses in attached SOW) 60141, USA
- Zip Code: 60141
- Country: USA
- Zip Code: 60141
- Record
- SN05852042-F 20201114/201112230143 (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 |