SOLICITATION NOTICE
65 -- Tele-Spirometry (PFT) Machine - Pulmonary, CLE
- Notice Date
- 6/3/2024 1:57:30 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25024Q0693
- Response Due
- 6/6/2024 10:00:00 AM
- Archive Date
- 08/05/2024
- Point of Contact
- Danielle Bowman, Contract Specialist, Phone: 216-447-8300-49577
- E-Mail Address
-
Danielle.Bowman@VA.gov
(Danielle.Bowman@VA.gov)
- Awardee
- null
- Description
- STATEMENT OF WORK (SOW) 1. Contracting Specialist Name: Danielle Bowman E-Mail Address: Danielle.Bowman@va.gov 2. Contract Title. PFT Machines 3. Background. The Medicine Service, Louis Stokes Cleveland Medical Center is requesting (1) MGC Platinum DX Elite Body Plethysmograph systems. This unit will be used in the new renovated space of the Pulmonary clinic in the room #3, at the Cleveland VAMC, due to the demand of Pulmonary Function Tests (PFTs). These machines are utilized to quantify a patient s pulmonary finstion status. The sections currently use these machines. The ability to acquire the same machines allow for continued support of the Veterans. The features of these machines follow: Patented, zero-clearance, self-revolving door provides better use of available space. An interior volume of just 726 L. Ability to fit through a standard door in the hospital or office during installation. Sturdy metal seat has unlimited weight capacity and more knee and foot room to accommodate larger and tall patients with ease. Turn and sit entry to the box with no need to step-up or twist to enter. Ideal for those with mobility challenges. Ability to offer the latest technology options and multiple networking and interfacing options to enhance data management and connectivity. Comprehensive diagnostics, including airways resistance and thoracic gas volumes Enterprise-friendly and integrates well with existing IT systems. 4. Scope. The contractor shall provide all resources necessary to accomplish the deliverables described in the statement of work (SOW), except as may otherwise be specified. 5. Specific Tasks. 5.1 Task 1 Shipment of the following items, Deliverables: Item # Manufacturer/Description/Part/Model Number* Qty 830008-902 Platinum Elite DX Body Plethysmograph with RTD 1 147612-311 Bronchial Provocation Software Option for Platinum Elite 1 147612-312 MultiUser Software Option for Platinum Elite 1 90000-005 One Day Onsite Operator Training (up to 4 ppl) 1 It is required to utilize MGC as they are the only company available that produces the Platinum Elite DX Body Plethysmograph. All PFT technicians and Pulmonary MDs are familiar with this equipment and interpretation software. To use any other manufacture would require complete overhaul of all machines and training on a completely new system. Although other vendor may supply, it is required to utilize MGC specified system. Vendor must be authorized to provide. 6. Performance Monitoring The deliverables will be monitored upon arrival by the Administrative Officer, Service Chief and Biomedical Engineering. If they are not working properly, Medicine Service will notify the vendor and logistics about the problem. 7. Security Requirements VA ACQUISITION REGULATION SOLICITATION PROVISION AND CONTRACT CLAUSE NOTE: This clause will undergo official rule making by the Office of Acquisitions and Logistics. The below language will be submitted for public review through the Federal Register. The final wording of the clause may be changed from what is outlined below based on public review and comment. Once approved, the final language in the clause can be obtained from the Office of Acquisitions and Logistics Programs and Policy. 1. SUBPART 839.2 INFORMATION AND INFORMATION TECHNOLOGY SECURITY REQUIREMENTS 2. 852.273-75 - SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (INTERIM- OCTOBER 2008) VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE FOR INCLUSION INTO CONTRACTS, AS APPROPRIATE 1. GENERAL 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. 2. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS a. A contractor/subcontrator 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. 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. c. Contract personnel who require access to national security programs must have a valid security clearance. National Industrial Security Program (NISP) was established by Executive Order 12829 to ensure that cleared U.S. defense industry contract personnel safeguard the classified information in their possession while performing work on contracts, programs, bids, or research and development efforts. The Department of Veterans Affairs does not have a Memorandum of Agreement with Defense Security Service (DSS). Verification of a Security Clearance must be processed through the Special Security Officer located in the Planning and National Security Service within the Office of Operations, Security, and Preparedness. d. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. e. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. VA HANDBOOK 6500.6 MARCH 12, 2010 SEE APPENDIX C (C-2 C-12) 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Vendor is delivering products and troubleshooting problems as they arise. There will be no Government-Furnished Equipment or Government Furnished Information provided to the vendor. 9. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. Possible Follow-on work could be contact with the Vendor for troubleshooting problems. Also, vendor may be notified if the equipment is not functioning properly. b. Identification of Potential Conflicts of Interest (COI). There are no known Conflicts of Interest at this time. Identification of Non-Disclosure Requirements. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. d. Packaging, Packing and Shipping Instructions. Please ship the deliverables to the Medicine Service at Wade Park. e. Inspection and Acceptance Criteria. Products will be inspected upon arrival by the Administrative Officer, along with the Service Chief and Biomedical Engineering. 10. Risk Control Medicine Service will follow the cleaning instructions that were provided by the vendor. These have been uploaded to the Logistic s SharePoint site for Equipment Acquisition. 11. Place of Performance. The equipment will be used at Wade Park, Cleveland VAMC. 12. Period of Performance. 30 days ARO. 13. Delivery Schedule. The following items shall be delivered to the Louis Stokes Cleveland VA Medical Center ARO. Platinum Elite DX Body Plethysmograph with RTD P/N: 830008-902 726 Liter Plethysmograph Chamber with Spirometry, Thoracic Gas Volumes, Airways Resistance, Nitrogen Washout & Real Time Diffusion Capacity Includes: BreezeSuite Software, Windows 10 Pro Computer, 3L Syringe, Startup Kit, Regulators for 02, DLCO & Calibration Gas & One E Cylinder of Calibration Gas Bronchial Provocation P/N: 147612-311 Bronchial Provocation Software option for Platinum Elite MultiUser P/N: 147612-312 MultiUser Software Option for Platinum Elite Operator Training P/N: 900003-003 One Day Onsite Operator Training for up to 4 People
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4511947df6d74e61ba286747c11eee64/view)
- Place of Performance
- Address: Louis Stokes Cleveland VAMC 10701 East Blvd., Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN07084231-F 20240605/240603230042 (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 |