Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 16, 2024 SAM #8390
SOURCES SOUGHT

J -- Brand Name Only - NeuroStar TMS Sessions and Preventive Maintenance. Base plus 4 options 04/03/2025 thru 04/02/2030. This is not a Request for Quote.

Notice Date
11/14/2024 6:03:50 AM
 
Notice Type
Sources Sought
 
NAICS
811210 —
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0115
 
Response Due
11/20/2024 1:00:00 PM
 
Archive Date
01/19/2025
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
Lebanon Veterans Affairs Medical Center Statement of Work 1.0 GENERAL INFORMATION 1.1 Title: NeuroStar Transcranial Magnetic Stimulation (TMS) Treatment Sessions and Preventative Maintenance 1.2 Background: Lebanon Veterans Affairs Medical Center (VAMC) has a Brand Name Only requirement for NeuroStar TMS treatment sessions and preventative maintenance (PM). The TMS treatment system is an integral part of our outpatient Behavioral Health and Sciences clinic. Lebanon VAMC has owned and operated the NeuroStar TMS treatment system since 2019. A continued need for treatment sessions and preventive maintenance is required for annual and emergency service support. 1.3 Scope of Work: The contractor shall provide Lebanon VAMC with TMS treatment sessions that will be uploaded onto the existing NeuroStar TMS treatment system. The contractor shall provide all corrective maintenance, including diagnostics, labor, and repair of the TMS treatment system, to ensure it remains in optimum performance per the original equipment manufacturers (OEM) guidance manual. Contractor shall furnish all personnel, supervision, equipment, supplies, certifications, transportation, and resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. 1.4 Type of Contract: Firm fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) contract. 1.5 Period of Performance: Delivery of sessions must be within 30 days from the date of contract award to Lebanon VAMC. Period of performance of this contract is on or around 3 April 2025 through 2 April 2030. 2.0 GENERAL REQUIREMENTS 2.1 NeuroStar treatment session requirements: Each patient participating in the TMS therapy requires approximately 30 NeuroStar Treatment Session Links to complete the full treatment. Treatment sessions are provided to Veterans by Lebanon VAMC staff that are trained and qualified to operate the NeuroStar TMS Treatment System. 2.1.1 Model number, CSM 500, NeuroStar treatment session links are used in conjunction with the NeuroStar TMS Treatment System. Acquired treatment session links are stored virtually within the TMS TrakStarPatient Data Management Software. 2.2 Performance Requirements. The contractor must provide the following service, maintenance, and technical support as part of this contract: Equipment and software upgrades as directed by the OEM, Neuronetics, Inc. Ensure the TMS treatment system and its components remain in optimum performance per the OEM guidance manual. Unlimited telephone support must be available from 7:00 a.m. to 4:30 p.m. Eastern Time (ET). If the Lebanon VAMC point of contact (POC) is unable to get a hold of the contractor via telephone, the POC will leave a voicemail and the contractor must respond to the voicemail within 24 hours. On-site technical support must be accomplished within 48 hours upon request during normal business hours. If required, work shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). 2.2.1. Software. Contractor shall provide all software maintenance releases and software upgrade releases within a reasonable amount of time after they have become available, but not to exceed thirty (30) days after the maintenance or upgrade release has become available. 3.0 SCOPE 3.1. Treatment sessions. NeuroStar treatment session links shall be delivered electronically via email to the Lebanon VAMC Point of Contact (POC). A barcode must be provided for each session link which is scanned into the NeuroStar console and stored for patient use. 3.2 Preventative Maintenance. Contractor shall provide a service technician who is trained and qualified by Neuronetics Inc. Preventative maintenance must include the following at a minimum: Cleaning, calibrating, and lubricating the equipment. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. Performing remedial maintenance of non-emergent nature Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail or become worn. Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. Inspecting and calibrating the hard copy image device. Inspecting, and replacing where indicated, all mechanical components which may include, but is not limited to: X-ray tube mounting hardware, patient restraints and support devices, cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient couches for mechanical integrity, safety, and performance. All equipment and systems must be operational at the completion of the PM. The PMs will be performed during normal business hours, except as may otherwise be agreed upon by the Lebanon VAMC POC. Preventative Maintenance Inspection (PMI) Report. The contractor must provide a PMI report documenting all services performed, the status or health of each component, and any recommendations for replacement or additional maintenance. Written quotes for additional maintenance or replacement parts for any malfunctioning equipment must be provided to the Lebanon VAMC POC prior to repair. A copy of the complete written report must be submitted via electronic mail to the POC within thirty (30) calendar days after accomplishing the full inspection. 4.0 CONTRACTOR QUALIFICATIONS Contractor shall provide qualified personnel to perform PM checks on TMS treatment system. Contractor is responsible to ensure all equipment and software upgrades meet VA standards. Contractor must cover all costs associated for labor and parts to inspect, test, maintain, replace, and repair equipment for the TMS treatment system. Contractor must cover all travel and lodging expenses to accomplish all the requirements stated in this SOW at no additional cost to the government. Contractor is responsible for ensuring the proper disposal of any/all waste generated from PM checks. Waste must be removed from facility grounds and not disposed of in government-owned waste bins or dumpsters. Contractor is responsible for securing all materials, equipment, and tools while on government property or in government facility. Government is not liable for any lost or stolen items that are not properly secured. 5.0 GOVERNMENT RESPONSIBILITIES Government will provide access to areas and an escort as necessary. Government will provide adequate space to complete maintenance. Government will provide the contractor with contact information and the necessary authorization to coordinate connectivity issues with applicable U.S. Government POC's. Government will provide POC(s) upon contract award for questions related to this SOW. 6.0 OTHER CONSIDERATIONS Place of Performance: Lebanon VA Medical Center, 1700 South Lincoln Avenue, Lebanon, PA 17042. Point of Contact (POC): The POC will be identified upon contract award. The POC is responsible, as applicable, for: receiving all deliverables, inspecting, and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing clarification to the contractor, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The POC does not have the authority to alter the contractor's obligation under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions, it is desirable to alter/change contractual obligations or the Scope of Work, the CO shall issue such changes. Work Hours: Standard Operational Hours are 8:00 a.m. and 4:30 p.m, Monday through Friday, excluding federal holidays and weekends. Federal holidays are: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. 7.0 SECURITY REQUIREMENTS Contractor must report to the Lebanon VA Medical Center Police in Building 19, Room 302, phone number: (717) 272-6621, extension 5910 or 4005, or go to the Lebanon VA Medical Center Emergency Department to obtain a temporary Identification badge from the Police, and contractor will be escorted by a Veterans Health Administration (VHA) employee at all times. Contractor will be responsible for ensuring compliance by its employees with all VA procedures governing building access and security. Contractor will be responsible for ensuring compliance by its employees with the security regulations of VA, VHA and other Government installations or Contractor facilities where work is performed under this Contract. Government may, at its sole discretion, direct the contractor to remove any contractor employee from U.S. VA/VHA facilities for misconduct or for security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under any Contract awarded. POC will provide the contractor with a written explanation to support any request to remove an employee. Contractor shall not employ any person who is an employee of the United States Government if that employment would appear to cause a conflict of interest. Contractor shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of the following laws and any other pertinent laws and regulations governing the confidentiality of sensitive information. Personnel assigned to this contract are required to take proper precautions to protect privacy information from disclosure in the case that such disclosures are made. No portion of the work shall be subcontracted without prior written consent of the POC. In the event that the contractor desires to subcontract some part of the work specified herein, the contractor shall furnish the Contracting Officer with the names, qualifications, and experience of their proposed subcontractor(s). Contractor will be monitored through a variety of mechanisms. At a minimum, the following will be reviewed: Program requirements, Deliverables meet the established time frames/deadlines, Accuracy of analysis reports provided, Assessments from Points of Contacts on the effectiveness of communication. End of Statement of Work (SOW) Instructions to Vendors: The information identified above is intended to be descriptive, of the Brand Name Only requirement for NeuroStar TMS treatment sessions and preventative maintenance (PM), to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 811210. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (9) Please submit your capabilities regarding the Services required above. (10) Please review salient characteristics/performance of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Wednesday November 20, 2024, this notice will help the VA in determining available potential sources only. Reference 36C24425Q0115 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago at david.santiago2@va.gov. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.SAM web site for all qualified interested parties at a later date and interested parties must respond to this Source Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov. DISCLAIMER 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. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2d77a142e4124dd2b6a2288b9929db95/view)
 
Place of Performance
Address: Lebanon Veterans Affairs Medical Center (VAMC) 1700 South Lincoln Avenue,, Lebanon, 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN07265826-F 20241116/241114230117 (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.