Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 12, 2024 SAM #8355
SOURCES SOUGHT

J -- CO | CAROUSEL MAINTENANCE

Notice Date
10/10/2024 9:38:47 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25525Q0022
 
Response Due
10/15/2024 9:00:00 AM
 
Archive Date
10/25/2024
 
Point of Contact
Betty Flores, Contract Specialist, Phone: 9139461167
 
E-Mail Address
veronica.flores@va.gov
(veronica.flores@va.gov)
 
Awardee
null
 
Description
This is a SOURCES SOUGHT announcement only. It is neither a solicitation announcement nor a request for proposal or quote and does not obligate the Government to award a contract. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research, to make appropriate acquisition decisions, and to gain knowledge of potential qualified businesses capable of providing the following: Omnicell Carousel Service for Columbia VAMC *** See Statement of Work below for details *** If this is within your capability, please respond with the information below: Company Name Address Point of Contact Phone, Fax, and Email UEI number GSA Contract (as applicable) Capability Statement that clearly and convincingly identifies your ability to fulfill this requirement. Brochures of product being offered to include specifications. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications to be considered for award. In addition, FAR 4.11 states that prospective contractors shall be registered in the System for Award Management (www.SAM.gov) database. All Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) shall be verified in VetCert at https://veterans.certify.sba.gov Point of Contact for this Sources Sought is: veronica.flores@va.gov (913) 946 - 1167 Department of Veterans Affairs Network Contracting Office -15 3450 S. 4th Street Trafficway Leavenworth, KS. 66048 STATEMENT OF WORK 1. Period of Performance The contract will be a Base and 2-year option for maintenance on Carousel products and 1 year contract for servers. Contract period of performance will commence on November 1, 2024 and extend thru October 31, 2025, and annually thereafter if option year is exercised. 2. Required Services 2.1 The contractor shall provide maintenance and repair on site (when determined by contract COR), to include all replacement parts, labor, travel expenses, telephone technical support, remote on-line support (maintain a current MOU/ISA allowing VPN access), software, tools, test equipment and other incidentals necessary to maintain and/or restore the listed equipment (see paragraph 2.10), to operating specifications according to the manufacturer's specifications. This includes maintenance and repair both hardware and software (this includes primary operating systems and proprietary software) of the Production Server, Test Server, 4 Carousels and all peripheral PC s/devices (Scanners & Printers). All maintenance and repairs shall be provided during the contract business hours of 8:00AM 5:00 PM, Monday through Friday, excluding federal holidays unless otherwise approved by Contract COR. Upon placement of a service request, the contractor must respond to the contract COR within one (1) hour by telephone for diagnostic response, and must provide priority on-site service response within four (4) business hours after contacting the VA, unless otherwise determined by contract COR. 2.2 All scheduled preventive maintenance for equipment listed in paragraph 2.10 will be performed by Contractor. Contractor will provide (at no additional cost) any part(s) found out of manufacture specification during the preventive maintenance inspection activities. Contractor shall assist with Planned Maintenance, Quality Assurance and Safety Checks. Scheduling of preventive maintenance will be coordinated between the contractor and the contract COR. 2.3 All services for this contract must meet manufacturer performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. 2.4 The contractor shall ONLY respond to service calls placed by Biomedical Engineering POC. 2.5 The contractor accessing the listed equipment must have an approved VA VPN network account established (existing MOU/ISA). All VPN accounts will be coordinated through the facilities ISO (Information Security Officer) and will comply with all VA regulations and standards to include OA&MM Information Letter (IL 90-01-6) dated July 16, 2001. Additionally, the contractor will be responsible for adhering to the following security requirements/clauses: 2.6 Contractor shall provide all manufacture required hardware and software updates, upgrades, patches, revisions and licenses and service keys at no additional charge to the HSTMVH. 2.7 ALL SERVICE ENGINEERS MUST REPORT to the FM Office (Building 22) to sign in before work is begun on the premises of the HSTMVH and must also to sign out after work has been completed. The contractor must furnish a detailed field service report, or equivalent, showing work completed, listing all repairs and/or repair parts used to maintain operating efficiency of the equipment. When possible, this report may be delivered to Biomedical Engineering before contractor leaves the station or via email please see section B.4 for contact information. If it is necessary for the contractor to work after 4:30pm, permission must be granted from the Contract POC If the service was completed after regular duty hours, the FSE will sign out and leave the report in the Engineering Control Center, room D019 of the hospital. Payment will be withheld pending receipt of this report. The service report from the contractor must contain, at a minimum, the following information: a. Date and time of the contractor s arrival on station, b. Type, model, and serial number(s) of all equipment on which maintenance was performed, c. Total time spent performing maintenance, excluding travel time, d. Detailed narrative description of the malfunction or PM action required, e. Complete list of parts replaced, f. Comments as to the cause of the malfunction when applicable, g. Date and time the work is completed. 2.8 There is a potential for exposure to bloodborne or other infectious material with equipment throughout the hospital. All maintenance persons must use the Universal Precautions (i.e. decontamination of medical equipment, wearing protective gloves, aprons, and goggles) during cleaning and maintenance/repair procedures required by this contract. Contractor will be responsible for providing their own Personal Protective Equipment as applicable. 2.10 The following is the list of equipment covered under paragraph 2.1 of this Statement of Work: EE/MXASC / DESC SN Description ASC / DESC OSASC / DESC 230784 F0JR243 OMNICELL PRODUCTION SERVER Windows Server 2016 230786 HL3FR33 OMNICELL TEST SERVER Windows Server 2016 230150 MXL00520Q2 CAROUSEL WORKSTATION 3 Windows 10 LTSB 230151 MXL00520W9 CAROUSEL WORKSTATION 4 Windows 10 LTSB 230152 MXL00520Q1 CAROUSEL WORKSTATION 5 Windows 10 LTSB 217629 MXL00520W2 CAROUSEL WORKSTATION 6 Windows 10 LTSB 102001644 CAROUSEL SV-CAROUSL MEG RS350.1.2450.4.419.10,CRX 102001645 CAROUSEL SV-CAROUSEL MEG RS350.1.3050.4.419.12,CR 102001646 CAROUSEL SV-CAROUSEL MEG RS350.1.3050.4.419.12,CR 102006459 CAROUSEL SV-CAROUSEL MEG RS350.1.3050.4.419.10,CR *Note: Includes all applicable workstations and video monitors 3. Personnel Qualifications Upon request by the POC, contractor is required to provide proof of qualified, trained, and competent personnel performing maintenance services on all listed equipment.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/530c6d9f9d464ce5ad7c0b083ec72727/view)
 
Place of Performance
Address: Department of Veterans Affairs Harry S. Truman Memorial Veterans Hospital 800 Hospital Drive, Columbia 65201 5275
Zip Code: 65201 5275
 
Record
SN07238729-F 20241012/241010230105 (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.