Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 03, 2024 SAM #8132
SOURCES SOUGHT

J -- Oceaview/CobaltX Temperature Monitoring System Base With 4 One year Options

Notice Date
3/1/2024 11:30:48 AM
 
Notice Type
Sources Sought
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924Q0111
 
Response Due
3/5/2024 8:00:00 AM
 
Archive Date
06/03/2024
 
Point of Contact
Mitchael Purdom, Contracting Officer, Phone: 918-577-4435, Fax: No FAX WILL BE ACCEPTED
 
E-Mail Address
mitchael.purdom@va.gov
(mitchael.purdom@va.gov)
 
Awardee
null
 
Description
Statement of Work Service Contract Safepoint Maintenance Background: The Eastern Oklahoma VA Healthcare System has the need to procure an annual service contract to calibrate, maintain, support, install, and monitor the Safepoint Scientific OceaSoft Monitoring System the VA Medical Center (VAMC) and its outpatient clinics. Objective: This service contract is an annual service contract to maintain and monitor the OceaSoft Monitoring System in Oklahoma, so the system functions satisfactorily to OEM specifications, in an effective and efficient manner, to support the VA Mission. Section A: Deliverables/Performance Scope of Work: Extended hardware and software warranty on 604 OceaView Sensors: Extended warranty for replacement hardware in exchange for damaged or Non-functional units Extended software warranty for all proprietary software components of the Viewpoint System to ensure they perform in substantial compliance with documentation Software Support: Unlimited telephone support Unlimited support via approved VPN access Unlimited remote web support- Software Updates: Automatic updates for new software enhancements, as available Unlimited Web Training: Unlimited user training by phone or remote web support System Monitoring: Continuous monitoring of key server and system performance parameters every 30 minutes via an automated control center that receives and analyzes server status reports around the clock Monthly Flash Report: Monthly flash report provided to the COR summarizing the use of the system by facility personnel intended to allow facility leadership to assess and monitor the facility s ongoing temperature monitoring and temperature management activities and outcomes Operational reports shall be provided monthly and should include but not be limited to all items noted in item (H.) Periodic best practices/SOP review via approved VPN access Performance Analysis and Remote Troubleshooting: Periodic software/hardware diagnostic tests via approved VPN access, with qualitative report if requested Periodic evaluation of the quality of communication in each link of the communication chain for each hardware device for all equipment via One-VA VPN access, with qualitative report, if requested Renewal, calibration, preventative maintenance, software updates, and support/warranty of the Safepoint Scientific OceaSoft Monitoring System includes: Equipment identification Panel testing Battery testing Network testing Dialing testing E-mail testing Input Identification Input calibrations NIST certificates Full system testing System debugging and clean-up Program changes (users, phone lists, email lists, inputs) Wire inspection/repairs Software debugging or troubleshooting Section B: Qualifications/Certifications Qualifications/Certifications: The contractor shall be qualified and have the required levels of professional and technical experience to perform the work required by this statement of work. All contracting personnel shall have OSHA Certified 10-hour construction safety course. All contracting personnel deemed to be a supervisor or superintendent shall have an OSHA 30-hour certification. If a service technician is called to perform corrective maintenance of the system, they must be able to get to the medical center in two hours or less. All contracting and subcontracting personnel shall take an on-site VAMC specific safety and infection control course. This shall be coordinated through the COR OSHA 10-hour certification must be provided upon request of the COR or facility safety officer. SUMMARY OF REQUIREMENTS Contractor shall provide OEM-trained technicians to perform OEM-standard services on equipment in this PWS. Services on the equipment include maintenance support, corrective maintenance repair, 24x7 emergency phone support, provision of parts (comprehensive parts coverage), and service and modification as required due to safety or reliability. All OEM software updates shall be included. Interested must provide documentation of OEM certification and authorization. A qualified source has recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, as well as current and valid registration in System for Award Management (SAM), https://www.sam.gov) Qualified and interested vendors must complete the following information and email to VA Contracting Specialist, Mitchael Purdom, at mitchael.purdom@va.gov A word version of this form is available on the Sources Sought Notice page on Contract Opportunities (BETA.SAM.gov). In your reply, please provide the following: Reference the FBO Sources Sought Notice number in all communication: 36C25924Q0111 Company Name and POC Details: _____________________ Company UEI number: _______________ If your company does NOT have a DUNS number, what date does your company plan to register in SAM.gov and obtain a DUNS number? ____________________________ Company Size, as it relates to NAICS code 811219 Small Business / Other than Small Business  (select one) Use of a subcontractor to perform services: YES, we would use a SUB for ALL of the services / YES, we would use a SUB for only part of the services / NO, we would be the PRIMARY for ALL of the services (select one) Company s Recent Experience of Similar Size, Scope and Complexity to what is described in the notice. This can be US Federal contracted experience or experience performing services in the commercial sector. Provide reference details, e.g. POC / client contact details, contact details of US Federal agency Contracting Officer (CO) or Contracting Officer Representative (COR), dollar values of services, location of services, start/end dates of services etc. _______ Only written responses, to items 1 through 7 above, will be accepted at this stage. Do not submit additional documentation or attachments outside these requirements unless your company POC receives a direct request in writing by the Contract Specialist. Information is being gathered for market research purposes only. Industry exchanges are at the discretion of the Contract Specialist. This is not a request for quotes. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI. Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/ Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e73a509e4cd74864a419b546098cb47e/view)
 
Place of Performance
Address: VA Eastern Oklahoma Health Care System 1011 Honor Heights Dr Muskogee, OK 74401-1318 74401-1318
Zip Code: 74401-1318
 
Record
SN06983623-F 20240303/240301230052 (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.