Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2012 FBO #3808
DOCUMENT

N -- Move radiology equipment WRJ - Justification and Approval (J&A)

Notice Date
4/26/2012
 
Notice Type
Justification and Approval (J&A)
 
NAICS
811211 — Consumer Electronics Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24112Q0516
 
Archive Date
5/7/2012
 
Point of Contact
Jeffrey Reed
 
E-Mail Address
6-5102<br
 
Small Business Set-Aside
N/A
 
Award Number
VA241-12-P-0759
 
Award Date
4/27/2012
 
Description
STATEMENT OF WORK A.GENERAL INFORMATION 1.Title of Project: [Move existing GE Angio suite to new building.] 2.Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The contractor shall provide all labor, supervision and all other resources required to remove the GE Innova Angio suite equipment from the existing space in Building 1 and reinstall it in the new space in the Imaging Center. 3.Background: The Contractor will de-install and reinstall the GE Innova Angio suite radiology equipment. The current location is at the end of the current Radiology hallway. The new location is in the new Imaging Center. The Imaging Center is a new building adjacent Building 1 where Radiology is currently located. The equipment move will include moving through a distance of approximately one hundred feet via two main hallways. 4.Performance Period: This will be a firm-fixed-price task order, the timeline will be for a period of not more than six weeks. The timeline for the room move is about twenty working days, Monday through Friday, 8:00am-5pm, not including holidays, barring any unforeseen or unexpected developments. The move will commence on April 30, 2012 5.Type of Contract: Firm-Fixed-Price. B. CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1.For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan. 2.All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms. 3.Where a written milestone deliverable is required in draft form, the VA will complete their review of the draft deliverable within _5__ calendar days from the date of receipt. The contractor shall have _5__ calendar days to deliver the final deliverable from date of receipt of the Government's comments. 4.Contractor will not be responsible for any room preparation for installation including: electrical duct work/conduit or wiring, Unistrut or overhead/underneath structure, HVAC, or lighting. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES 1.De-install the GE Innova Radiology equipment from Building 1 at VAMC WRJ. 2.Move and stage said equipment for re-installation in new Imaging Center which is the adjacent building, connected by internal hallways. 3.Re-install GE Innova Radiology equipment in the new building space designated. 4.Test and calibrate all newly installed equipment. This will bring the equipment to all current applicable standards for such equipment. E. EVALUATED OPTIONAL TASKS AND ASSOCIATED DELIVERABLES [If applicable] Optional Deliverable One: None. F. SCHEDULE FOR DELIVERABLES 1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified. 2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same. 3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations. G. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. H. REPORTING REQUIREMENTS 1. The contractor shall provide the PM/TM with weekly written progress reports (original plus _one__ copies). These are due to the PM/TM by the second workday following the end of each week, throughout the project's duration. The PM/TM is required to provide weekly progress reports to the Contracting Officer's Technical Representative (COTR) by the fifth workday of each week. 2. The progress report shall cover all work completed during the preceding week and shall present the work to be accomplished during the subsequent week. This report shall also identify any problems that arose, along with a statement explaining how the problem was resolved. This report shall also identify any problems that have arisen but have not been completely resolved, with an explanation. I. TRAVEL [If applicable] NA J. GOVERNMENT RESPONSIBILITIES [If applicable] VHA White River Junction will offer no resources in completion of this contract beyond power, lights and workspace as provided by the Radiology rooms in which the work will be completed.. K. CONTRACTOR EXPERIENCE REQUIREMENTS (Standard mandatory language for all task orders) The government will determine on a SR basis what positions are considered key personnel. The contractor shall identify, by name, the key management and technical personnel who will work under this task order at the time the work is being negotiated. If a key person becomes unavailable to complete the SR, the proposed Substitutions of key personnel shall be made only as approved directed by the Contracting Officer and the COTR. The government will not dictate specific experience and education requirements of the employees initially proposed to perform the work stated herein. The contractor shall submit a resume of qualifications for the COTR and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, non-key personnel Contractor personnel are no longer available, HES/HIS reserves the right to review the qualifications of the proposed replacement personnel and to reject individuals who do not meet the qualifications set forth in the TLO. Team personnel proposed by the contractor should possess some of the following knowledge and/or skills: The contractor must notify VHA in advance and we will approve or reject proposed contractor key personnel for the performance of this contract. The contractor shall submit a resume of qualifications to the COTR for key personnel and all other direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. If, at any time from date of award to the end of the contract, Contractor personnel are no longer available, the VHA will approve the qualifications of proposed replacement personnel and will reject individuals who do not meet qualifications set forth herein. The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. The Contractor shall remove any employee from the performance of this contract within five (5) workdays of receiving notice from the Contracting Officer that the employee's performance is unsatisfactory. All Contractor employees are subject to immediate removal from performance of this contract when they are involved in a violation of the law, VA security, confidentiality requirements and/or other disciplinary reasons. "The contractor must inform the VHA COTR, and Project Manager/Task Manager when personnel are removed from the contract for any reason. "If a key person becomes unavailable to complete the SR, proposed Substitutions of key personnel shall be made only if approved by the COTR and Project Manager. "The contractor shall submit a resume of qualifications to the COTR for all direct employees proposed for the project. All Contractor employees will be approved by the COTR prior to bringing on duty. L. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. M.CONTRACTOR PERSONNEL SECURITY REQUIREMENTS All contractor employees who require access to the Department of Veterans Affairs' computer systems shall be the subject of a background investigation and must receive a favorable adjudication from the VA Office of Security and Law Enforcement prior to contract performance. This requirement is applicable to subcontractor personnel requiring the same access. 1.Position Sensitivity - The position sensitivity has been designated as Moderate Risk. 2.Background Investigation - The level of background investigation commensurate with the required level of access is ____________ (Insert Background Investigation, Minimum Background Investigation or National Agency Check with Written Inquiries). 3.Contractor Responsibilities a.and Law Enforcement will notify the CO, and contractor, of adjudication results received from OMB. b.Upon being notified about a favorable determination, the CO may issue a notice to proceed to the contractor. a.The contractor shall prescreen all personnel requiring access to the computer systems to ensure they maintain a U.S. citizenship, and are able to read, write, speak and understand the English language. b.The contractor shall submit or have their employees submit the required forms (SF 86 or SF 85P, SF 85P-S, FD 258, Contractor Fingerprint Chart, VA Form 0710, Authority for Release of Information Form, and Optional Forms 306 and 612) to the VA Office of Security and Law Enforcement within 30 days of receipt. c.The contractor, when notified of an unfavorable determination by the Government, shall withdraw the affected employee from working under the contract. d.Failure to comply with contractor personnel security requirements may result in termination of the contract for default. 4. Government Responsibilities c.The VA Office of Security and Law Enforcement will provide the necessary forms to the contractor, or to the contractor's employees, after receiving a list of names and addresses. d.Upon receipt, the VA Office of Security and Law Enforcement will review completed forms for accuracy, and forward the forms to the office of Personnel Management (OPM) to conduct background investigations. The VA Office of Security Attachment A to the Statement of Work Schedule of Deliverables Deliverable No. OneItem A detailed work plan and briefing for the VA project team Quantity 1Delivery Date Within _5__ calendar days after award Two ThreeRe-installation of the Innova Testing and Calibration of InnovaBy or before April 7, 2012 By or before April 15, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24112Q0516/listing.html)
 
Document(s)
Justification and Approval (J&A)
 
File Name: VA241-12-P-0759 VA241-12-P-0759_2.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329118&FileName=-1357.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329118&FileName=-1357.doc

 
File Name: VA241-12-P-0759 P03 SSJ GE INNOVA MOVE II.PDF (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329119&FileName=-1358.PDF)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=329119&FileName=-1358.PDF

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02732715-W 20120428/120427000332-73bf2a6abcada149cad9859e352740a0 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.