MODIFICATION
H -- 36C25521Q0357 ES Optimizer 1 System
- Notice Date
- 5/5/2021 2:29:25 PM
- Notice Type
- Solicitation
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25521Q0357
- Response Due
- 5/10/2021 8:00:00 AM
- Archive Date
- 05/25/2021
- Point of Contact
- Jon LutmerJonathan.lutmer@va.gov 410-446-3862, Phone: 4104463862
- E-Mail Address
-
Jonathan.lutmer@va.gov
(Jonathan.lutmer@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Description
- Statement of Work (SOW) FOR ES Optimizer Software VETERANS HEATH ADMINISTRATION 05 March 2021 *ALL ITEMS HEREIN THAT MENTION BRAND NAME PRODUCTS MAY BE SUBSTITUTED FOR A LIKE OR SIMILAR ITEM* GENERAL The contractor shall comply with Federal, State, local laws and regulations applicable to the performance of this contract. SCOPE OF WORK 2.1. Installation of software and hardware to include:� contractor will deliver, unpack and install the equipment during normal business hours; 8:00am to 4:30pm Mondaa through Friday, excluding Federal Holidays, 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 and install all software for the VA equipment in accordance with the original equipment manufacturer specifications. Reference below for equipment type and the required service. Software: ES Optimizer Software � Software Program should be VA Technical Reference Model (TRM) approved, VA focused, rules-based process. Software Program should provide solution for VA to improve overall communication, increase utilization, prioritize activities, and help to enable patient/family�s to be able to report cleanliness and satisfaction. The Software Program should be able to identify delays in cleaning with QR signage, inspections, and allow for rapid corrective action. In addition to the real-time information available to users, the Software Program must provide detailed and actionable reports of historical data with immediate progress statuses. 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. 4.4 SECURITY STATEMENT:� ��Physical Access will be supervised by COR or Designee. No data storage device will be removed from the facility.� No patient information will be involved with this equipment. The COR 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 Robert J. Dole VA Medical Center, 5500 E Kellogg, Wichita, KS 67218. 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 Wichita VAMC (RJDVAMC) and must be returned to RJDVAMC at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/377f617478904eb1af5062f25a49d2c8/view)
- Place of Performance
- Address: Wichita, KS 67218, USA
- Zip Code: 67218
- Country: USA
- Zip Code: 67218
- Record
- SN05991730-F 20210507/210505230110 (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 |