Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOURCES SOUGHT

J -- Omnicell Equipment Service Repair

Notice Date
7/8/2021 12:05:25 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q1131
 
Response Due
7/15/2021 7:00:00 AM
 
Archive Date
08/14/2021
 
Point of Contact
Fuqua, Stacey, Contract Specialist, Phone: Stacey.Fuqua@va.GOV
 
E-Mail Address
Stacey.Fuqua@VA.GOV
(Stacey.Fuqua@VA.GOV)
 
Awardee
null
 
Description
Synopsis: Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. Network Contracting Office (NCO) 2 of the Department of Veterans Affairs is currently conducting a market survey for qualified firms capable of providing all labor, materials and travel to perform the VA New Jersey Healthcare System, East Orange & Lyons Campus Health Care System, . Contractor shall provide scheduled preventative maintenance and unscheduled corrective maintenance. The North American Industry Classification Systems (NAICS) is 339112. Responses to this notice must be submitting in writing (email) and must be received not later than July 18, 2021 at 10:00AM. Email: Stacey.Fuqua@va.gov. No telephone inquiries will be accepted. Interested parties MUST provide company/individual name, a capability statement, examples of same or similar work performed at other facilities, DUNS number and address, point of contact and social-economic. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 339112. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. VA New Jersey Healthcare System East Orange & Lyons Campus Omnicell Service Statement of Work Introduction This procurement is for the VA New Jersey Healthcare System, East Orange & Lyons Campus. The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The Omnicell equipment being serviced are serial numbers 165928, 165963, 165917, 165939, 165936, 165952, 165942, 165932, 165962, 165940, 165965, 165964, 165934, 165929, 168133, 165931, 165937, 165944, 165933, 165956, 164183, 164191, 165966, 164190, 164188, 164187, 165946, 165945, 165930, 170840, 170674, 170675, 165921, 164247, 164185, 165947, 165953, 164189, 164161, 164184, 165941, 147153, 147110, 135156 and server serial number D330R441, Panda core framework, license and modules for the Pharmacy Department in accordance to the service tasks as defined in Section D. BACKGROUND: Omnicell provides innovative pharmacy and medication management solutions for healthcare professionals and health systems pursuing the autonomous pharmacy. Without this contract the equipment will not be able to be maintained to Original Equipment Manufacturer OEM) specifications. PLACES OF PERFORMANCE: VA New Jersey Healthcare System East Orange Campus, 385 Tremont Ave, East Orange, NJ 07018 Lyons Campus, 151 Knollcroft Road, Lyons, NJ 07939 ESTIMATED PERIOD OF PERFORMANCE: Aug 1, 2021 July 30, 2022 for line item # s 1-8 listed in Section D. October 1, 2021 July 30, 2022 for line item # s 9-17 listed in Section D. Vendor shall contact Ryan Odi, Acting SBESS at RYAN.ODI@VA.GOV, office phone # 973-676-1000 ext 203370, mobile # 973-666-5879; the current SBESS (to be updated as needed); or VANJHCS appointed personnel to coordinate any and all preventive maintenance and corrective maintenance necessary. TYPE OF CONTRACT: Firm-Fixed-Price CONTRACT AWARD MEETING: The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kickoff meeting or has advised the contractor that a kickoff meeting is waived. GENERAL REQUIREMENTS: For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within 10 calendar days from the date of receipt. The contractor shall have 10 calendar days to deliver the final deliverable from date of receipt of the Government s comments. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Description of Tasks and Associated Deliverables: The contractor shall provide all resources necessary to service and support the specific deliverables described below within the performance period stated in Section A. of this SOW. The contractor shall provide all resources necessary to service and support the Omnicell equipment at the VA New Jersey Healthcare System, East Orange Campus, 385 Tremont Ave, East Orange, NJ 07018 & Lyons Campus, 151 Knollcroft Road, Lyons, NJ 07939. This includes: Line Item Quantity Product Requirement 1 2 OMC-LIC-020 SV-OC Remote Access WIN2016 UPG (Single) 2 1 OMC-SRV-083 Service-Virtual Test Server (VMWARE) 3 1 OMC-SRV-082 SERVICE-OMNICENTER BASE SERVER 4 31 MED-FRM-101 SERVICE-MEDXT 1-CELL 5 1 MED-FRM-103 SERVICE MED-XT 3-CELL 6 5 MED-FRM-102 SERVICE-MED-XT 2-CELL 7 3 MED-AUX-101 SERVICE-MED-AUX-XT 1-CELL 8 1 MED-FRM-104 SERVICE-MED-XT ½-HEIGHT 9 1 MULTIS SERVICE-MULTIPLE INSTALLATION SUPPORT 10 1 MDA-FRM-043 SERVICE-THREE CELL OMNISUPPLIER RX G5 11 1 PVI-ANA-001 SV-PANDORA VIA SOFTWARE CORE FRAMEWORK 12 1 PVI-ANA-002 SV-PANDORA VIA MULTILOCATION LICENSE 13 4 PVI-ANA-003 SV-PVIA CLINICALS ADC 10 LIC PK OMNICELL 14 1 PVI-ANA-005 SV-PVIA CLINICALS ADC APP MODULE OMNICELL 15 1 PVI-ANA-032 SERVICE-PANDORA PAR OPTIMIZATION MODULE 16 1 MED-FRM-102 SERVICE-MED-XT 2-CELL 17 1 MED-FRM-101 SERVICE-MED-XT 1-CELL HOURS OF OPERATIONS All onsite visits shall be performed with 24 hours a day, 7 days a week coverage (6:00 a.m. 6:00 p.m. EST) Monday through Friday. The technical phone support response time during these specified hours will be 30 minutes. (6:00 pm 6:00 am EST) Monday through Friday, all of Saturday, all of Sunday and All Holidays. The technical phone support response time during these specified hours will be 2 hours. Vendor shall be on site to begin repairs within eight (8) business hours of initiation of service call by the medical center. Repairs will be completed, and unit returned fully to manufacturer specifications within sixteen (16) business hours from initiation of service call. Major assemblies replaced shall be guaranteed against defects and/or failure for a period of one (1) year from date of installation. All other components will be guaranteed for a period of ninety (90) days. The Contractor shall be able to service all equipment listed in section D of this SOW. All repairs shall be performed by qualified FSE. All completed repairs shall be verified by the New Jersey VA Medical Center Biomedical Department prior to acceptance. The VA shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its FSE(s), all operational and technical documentation (e.g., operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. Any charges for parts, manuals, tools, or software required to successfully complete any service required shall be included within the scope of this task order and it s agreed upon price. At the conclusion of each repair the Contractor shall provide a written service report indicating: Dates of service (including date received at the repair facility and date returned to the Government) Make, model, serial number, and barcode/ID number of the equipment serviced Name of FSE who performed the work Hours worked Description of the reported problem, and the services performed, and parts replaced If the repair is caused by damage or abuse this shall be specified on the report including a justification for this determination Information regarding any traceable test or diagnostic equipment used in the repair including: Device Manufacturer Device Serial Number Last Calibration Performed on the device Next Calibration Due Date At the end of each quarter the Contractor shall provide detailed history report of the repairs completed for that quarter. The contractor shall have an established formal quality control program implemented by OEM trained technician(s) for all of the equipment to be serviced to ensure repairs are done to OEM standards. REPLACEMENT PARTS: The Contractor shall provide all replacement parts required to keep equipment performing within the Original Equipment Manufacturer (OEM) specifications. All parts shall meet or exceed manufacturer s factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed or replaced by the Contractor shall become property of the Contractor. The Contractor shall provide documentation with their quote that they shall only utilize parts/materials/components that are equal to or exceed OEM specifications, quality, and performance standards. The parts/materials/components used shall not alter the effectiveness and validation of the equipment. SERVICE DOCUMENTATION: Contractor shall leave a service record at the time the work is completed prior to leaving the premises with any available Healthcare Technology Management personnel and obtain signature. If there are no available HTM personnel, the Contractor shall send all service reports to the VANJHCS point of contact as defined in Section A.4 within 3 calendar days of service performed. The current Chief of HTM shall be carbon copied on the emails regarding service reports. If the work is not completed, prior to leaving the premises, a service report will be left, as per the above procedures, indicating the equipment status. E. CHANGES TO STATEMENT OF WORK: Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. F. CONFIDENTIALITY AND NONDISCLOSURE: It is agreed that the preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the order. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this order. No information shall be released by the contractor. Any request for information relating to this order, presented to the contractor, shall be submitted to the CO for response. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/c1dbdf7f4bcc47be93f42c063ef0dded/view)
 
Place of Performance
Address: VA New Jersey Healthcare System Lyons Campus, 151 Knollcroft Road, Lyons, NJ 07939 07939, USA
Zip Code: 07939
Country: USA
 
Record
SN06055823-F 20210710/210708230132 (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 |
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.