SOURCES SOUGHT
65 -- X-RAY EQUIPMENT
- Notice Date
- 9/13/2012
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (10N3\NCO);James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24312Q2386
- Response Due
- 9/18/2012
- Archive Date
- 9/30/2012
- Point of Contact
- Joanna Koven
- Small Business Set-Aside
- Total Small Business
- Description
- Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs, James J. Peter VA Medical Center is currently conducting a market survey for qualified Small firms capable of providing X-RAY EQUIPMENT. The vendor will be responsible for but not limited to; All parts and labors.The North American Industry Classification Systems (NAICS) is 339113. Responses to this notice must be submitting in writing (email) and must be received no later than September 18, 2012 at 2:00 PM. No telephone inquiries will be accepted. Must submit capability statement. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business), relative to NAICS 339113. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in Central Contractor Registry (CCR) (see internet site: http://www.ccr.gov). Responses to this notice must be submitted in writing (email or fax) and received not later than September 18, 2012 at 2:00 PM. A solicitation is not currently available. Email: Joanna.Koven@va.gov STATEMENT OF WORK: A. GENERAL INFORMATION 1. Title of Project: Display monitor retrofit of Toshiba Infinix-I series IR suite 2. Scope of Work: The contractor shall provide all hardware and software necessary to retrofit a movable ceiling mounted medical grade display system that aggregates all disparate IR display systems necessary for the daily work of an Interventional Radiologist into a single large format programmable/pre-set view. 3. Background: As medical systems become more computer based the number of display monitors needed in an intervention radiology suite has risen dramatically. It has become difficult for the intervention radiologist to see all necessary information while performing a procedure. A system that can aggregate the multiple displays into a single programmable view would greatly enhance the delivery of patient care. 4. Performance Period: The contractor shall complete the work required under this SOW in 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer. If the contractor proposes an earlier completion date, and the Government accepts the contractor ™s proposal, the contractor ™s proposed completion date shall prevail. 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 Contracting Officer has conducted a kick off meeting or has advised the contractor that a kick off meeting is waived. C. GENERAL REQUIREMENTS 1. The proposed system shall meet the following minimum requirements: Must be mounted in a manner that provides full motion and access to the display and controls while the interventional radiologist is performing a procedure The display monitor must be medical grade and at least 56 inches in size and support at least 3840 x 2160 display resolution The system must support display inputs from VGA, DVI, Coaxial and in room cameras The system must be able to display at least 8 video inputs simultaneously and be able to expand any one of the 8 to full screen The system must support the saving of display presets for multiple users. Presets must configure the system with the optimal window sizes and orientation originally saved by the user. The system must support the changing of the display configuration by the user while performing a procedure. The system must be able to integrate existing x-ray, physiologic monitoring, PACS and other systems seamlessly normally encountered in an IR suite. Vender must provide training at the time of installation The Contractor shall provide a detailed work plan and briefing for the VA project team, which presents the contractor's plan for completing the task order. The contractor's plan shall be responsive with this SOW and describe, in further detail, the approach to be used for each aspect of the task order as defined in the technical proposal 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. D. 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 Contracting Officer, including a firm commitment of when the work shall be completed. This notice to the Contracting Officer shall cite the reasons for the delay, and the impact on the overall project. The Contracting Officer will then review the facts and issue a response in accordance with applicable regulations. E. CHANGES TO STATEMENT OF WORK Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer. 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 Contracting Officer shall be borne by the contractor. F. REPORTING REQUIREMENTS 1. The contractor shall provide the Task Order Project Manager (TOPM) with weekly written progress reports. These are due to the TOPM by the second workday following the end of each calendar month throughout the project's duration. The TOPM is required to provide monthly progress reports to the Contracting Officer ™s Technical Representative (COTR) by the fifth workday of the new calendar month. 2. The progress report shall cover all work completed during the preceding month and shall present the work to be accomplished during the subsequent month. This report shall also identify any problems that arose and 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. G. 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 Contracting Officer at the conclusion of the task order. 2. The Contracting Officer will be the sole authorized official to release verbally or in writing, any data, the draft deliverables, the 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 Contracting Officer 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 Contracting Officer. H.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. Contractor Responsibilities 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 employee from consideration from working under the contract. D. Failure to comply with the contractor personnel security requirements may result in termination of the contract for default. 2. Government Responsibilities A. 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. B. Upon receipt, the VA Office of Security and Law Enforcement will review the completed forms for accuracy and forward the forms to the office of Personnel Management (OPM) to conduct the background investigation. C. The VA Office of Security and Law Enforcement will notify the contracting officer and contractor adjudicating the results of the background investigations received from OMB. D. Upon being notified about a favorable determination, the contracting officer may issue a notice to proceed to the contractor.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312Q2386/listing.html)
- Place of Performance
- Address: VA New York Harbor Healthcare System;423 East 23rd Street;New York, New York
- Zip Code: 10010
- Zip Code: 10010
- Record
- SN02881774-W 20120915/120914001432-c1d50acc63c86241eb8fa45d2fb9e528 (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 |