SOLICITATION NOTICE
J -- Sakura Service Agreement : 1/17/22
- Notice Date
- 1/7/2022 8:02:15 AM
- Notice Type
- Presolicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25022Q0226
- Response Due
- 1/17/2022 5:00:00 AM
- Archive Date
- 02/16/2022
- Point of Contact
- Michael E. Groneman, Contracting Officer, Phone: 513-559-3720
- E-Mail Address
-
Michael.Groneman@va.gov
(Michael.Groneman@va.gov)
- Awardee
- null
- Description
- Page 8 of 8 SCOPE OF WORK (SOW) Contract Title: Sakura Service Agreement Background: Histology, hematology and tissue processing techniques are essential to ensuring high efficiency, accuracy, and quality when processing lab specimens. To give veterans, the best lab results all histology, hematology and tissue processing equipment need to be operating at peak performance. Scope: Contractor shall provide personnel to complete the task of providing maintenance service to the specified Sakura and CellaVision instruments located at the Department of Veterans Affairs Central Ohio Healthcare System, Columbus, Ohio. This service includes planned & corrective maintenance, emergency service, labor, parts technical support, and travel. Inventory: Manufacturer Model Description Serial # CellaVision Inc DM9600 CELLAVISION SYSTEM DM9600 36285 Sakura 6040 Tissue Processor 60400526 Sakura 6040 Tissue Processor 60400709-0520 Sakura Film A-1 Coverslipper 47401612-0521 Sakura Prisma Plus Slide Stainer 61700491-0621 Specific Tasks: Provide full-service contract planned & corrective maintenance, safety inspections, travel, emergency service and answer any questions regarding the instruments at the VA Central Ohio Healthcare System during the period of service. Provide technical support and answer any questions regarding the instruments at the VA Central Ohio Healthcare System during the period of service. Provide planned maintenance in the month designated by the VA Central Ohio Healthcare System. Provide all parts and labor associated with Planned Maintenance of all instruments. Provide all repairs and calibrations to the instruments under total service contracts. Provide all parts and labor (return shipping cost if needed) associated with the repair and/or calibration of the instruments as incurred under total service agreements. Check in Requirements: The Field Service Engineer must report to the Healthcare Technology Management (HTM) Department of the Ambulatory Care Center to sign in with HTM staff before work begins. Submit any mobile media devices that would be used on the system for a virus scan. Upon completion of work, the Field Service Engineer must report to HTM to sign out and brief HTM Staff or Supervisor if HTM Staff is unavailable concerning completion of service. At the end of briefing Field Service Engineer will sign out in the HTM Department. HTM can be reached at 614-388-7273. Documentation/Reports: The Contractor shall submit a legible field service report, which shall include detailed descriptions of the inspection and/or emergency repair services performed, including replaced parts and estimated prices required for the service call within 15 days of service being provided. A verbal service report indicating pass or fail must be provided to HTM staff prior to leaving the facility. If any safety concern is identified during the service visit the FSE must report to HTM staff immediately so that the equipment can be taken out of service if necessary. NOTE: Any additional charges to be claimed must have been approved by the COR before service was performed. Test Equipment: Upon request of the COR or the Contracting Officer, the Contractor shall provide a copy of the current Calibration Certification of all test equipment which is to be used by the Contractor to perform service under this contract. Calibration of equipment shall be traceable and in conformance with test equipment Original Equipment Manufacturer standards. Performance Monitoring: Contractor shall provide Field Service Report upon completion of work Security Requirements: Service & Maintenance will follow the security requirements as per VA s Medical Device Protection Program (MDPP) which protects VA s medical devices through a comprehensive security initiative that encompasses pre-procurement assessments, medical device isolation architecture (MDIA), communication, validation, scanning, access control list remediation, patching, and secure remote connectivity. General Security Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. Access to VA Information and VA Information Systems A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured. b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures. A Background Investigation (BI) is not required per VA Information and Information System Security/Privacy Requirements for IT Contracts dated August 2008 if the following exception applies: Contract Personnel with limited and intermittent access to equipment connected to facility networks on which limited VA sensitive information may reside, including medical equipment contractors who install, maintain, and repair networked medical equipment such as CT scanners, EKG systems, ICU monitoring, etc. In this case, Veterans Health Administration facilities must have a duly executed VA Business Associate Agreement (BAA) in place with the vendor in accordance with VHA Handbook 1600.1, Business Associates, to assure compliance with the Health Insurance Portability and Accountability Act of 1996 (HIPAA) in addition to the contract. Contract personnel, if on site, should be escorted by VA IT Staff. Training a. 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: (1) 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; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) 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.] b. 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. c. 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. VA Information Custodial Language a. 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). b. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated. SECURITY INCIDENT INVESTIGATION a. 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. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. LIQUIDATED DAMAGES FOR DATA BREACH a. 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. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency. b. 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: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. SYSTEM INTERCONNECTIONS Any VA External Computer System interconnections between VA Systems on the VA Network and VA Business Partner Systems residing outside the VA Network will require a signed Memorandum of Understanding (MOU) and Interconnection Security Agreement (ISA) collectively known as MOU ISA between the VA and the VA Business Partner. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI): Other Pertinent Information or Special Considerations: Risk Control: Place of Performance: All work will be performed at the VA ACC, 420 N James Road, Columbus, Ohio 43219 Period of Performance: Base Year (or Period): 1/21/2022-1/20/2023 Option Year (or Period) One: 1/21/2023-1/20/2024 Option Year (or Period) Two: 1/21/2024-1/20/2025 Option Year (or Period) Three: 1/21/2025-1/20/2026 Option Year (or Period) Four: 1/21/2026-1/20/2027 Evaluation Factors This procurement will be awarded Lowest Price Technically Acceptable (LPTA) Price Past Performance Contractor Performance Assessment Review System (CPARS) will be utilized Technical Please provide any exceptions to the Statement of Work. Proposals will be technically evaluated off ability to meet SOW needs. Offer instructions Submit electronic email submission of word documents or PDFs. Individual file size limit is 10MB. Submit multiple emails with separate attachments if exceeding the amount. Email submissions only to Michael.Groneman@va.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8bff6286007a4a8eae024f6797b472cb/view)
- Place of Performance
- Address: Department of Veterans Affairs Columbus VAACC 420 N. James Road, Columbus 43219
- Zip Code: 43219
- Zip Code: 43219
- Record
- SN06211881-F 20220109/220110105805 (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 |