Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2014 FBO #4593
DOCUMENT

J -- Checkpoint Temperature Monitoring System Annual Support and Maintenance Service Agreement - Attachment

Notice Date
6/20/2014
 
Notice Type
Attachment
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24814I1268
 
Response Due
6/26/2014
 
Archive Date
6/29/2014
 
Point of Contact
Michael Pierson
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice - This is NOT a solicitation announcement. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley VA Medical Center, Tampa, FL, is currently seeking information from any company that can provide Maintenance and Support for the CheckPoint Wireless Temperature Monitoring System. The VA is seeking responses to this Request for Information (RFI) from interested capable firms that can meet all of the requirements set forth below. STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS/WORK STATEMENT Annual Support and Maintenance Service Agreement I.SCOPE OF WORK: The contractor shall furnish all labor, transportation and parts, materials and tools necessary to provide preventive maintenance and repair of the Checkpoint System located at the James A. Haley Veterans Hospital, 13000 Bruce B. Downs Blvd., Tampa, Florida 33612, in accordance with the Schedule of Services and Prices for the period August 1, 2014, through and including July 31, 2015. In addition, the Government may exercise their option to extend the term of the contract four (4) one-year option periods subject to the required need and the availability of funds. Extended hardware and software warranty: o Extended warranty for replacement hardware in exchange for damaged or non-functional units from normal usage. o Extended software warranty for all proprietary software components of the System to ensure they perform in substantial compliance with the documentation. This is to include battery replacements when needed or requested. Software Support: o Unlimited telephone support o Unlimited support via approved VPN access o Unlimited remote web support Software Updates: o Automatic updates for new software enhancements, as available Unlimited Web Training: o Unlimited user training by phone or remote web support System Monitoring: o Continuous monitoring of key server and system performance parameters via automated control center that receives and analyzes server status messages every 30 minutes around the clock (24/7/365) Monthly Flash Report: o Monthly flash report provided to top level facility leadership summarizing the appropriateness of the use of the system by facility personnel - intended to allow facility leadership to assess and monitor the facility's ongoing temperature monitoring and temperature management activities and outcomes o Periodic best practices/SOP review via approved VPN access Performance Analysis and Remote Troubleshooting: o Periodic software/hardware diagnostic tests via approved VPN access, with qualitative report if requested o Periodic evaluation of the quality of communication in each link of the communication chain for each hardware device (i.e., sensor to repeater, repeater to repeater, sensor to base, and repeater to base) for all equipment via One-VA VPN access, with qualitative report, if requested. II. QUALIFICATIONS OF PERSONNEL SERVICING EQUIPMENT: A.Each respondent must have an established business, with an office and full time staff to include a "fully qualified" field service engineer (FSE) and a "fully qualified" FSE who will serve as backup. B."Fully qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program of the equipment identified in schedule of services. For field experience, the FSE(s) has a minimum of two years experience with respect to scheduled and unscheduled preventive and remedial maintenance of Checkpoint sensors in the Schedule of Services and Prices. C. The FSE(s) shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSE(s). The contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the contractor services at the VA. The Contracting Officer (CO) may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or Contracting Officer's Technical Representative (COTR) specifically reserves the right to reject any of the contractor's personnel and refuse them permission to work on the VA equipment. D.If subcontractors are used, they must be approved in advance by the CO. The contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. III. SERVICES TO BE PROVIDED: A. REPAIR: 1.All repairs will be performed during the normal VA business hours (8:00 a.m. - 5:00 p.m.) Monday through Friday, except Federal holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with the COR if such services are provided without additional charge to the Government. Any overtime charges must be approved by the COR or designee prior to the initiation of overtime work. 10 National Holidays, observed by the Federal Government are: "New Year's Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦January 1 "Martin Luther King's Birthday ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦.3rd Monday in January "President's Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..3rd Monday in February "Memorial Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦Last Monday in May "Independence Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..July 4th "Labor Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦1st Monday in September "Columbus Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦2nd Monday in October "Veteran's Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦November 11 "Thanksgiving Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦..Last Thursday in November "Christmas Day ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦ ¦........December 25 Note: This includes any other day declared by the President of the United States to be a national holiday. 2.A technical maintenance representative will respond by telephone to the VA within one (1) hour of the original service call. The contractor will arrive on-site for repairs within two (2) business hours from the original service call. The equipment and all sub-systems shall be restored to fully operational status within twenty-four (24) business hours (three days) of the original call. All on site visits will be authorized by the COR only. 3.The VA shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its FSE(s), all operational and technical documentation (e.g., operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. Any charges for parts, manuals, tools, or software required to successfully complete scheduled Preventive Maintenance (PM) or repairs are included within this contract and it's agreed upon price unless specifically stated in writing otherwise. B. PARTS: 1. All replacement parts, except exclusions listed below, required to keep equipment performing within the manufacturer's specifications will be provided by the contractor. All parts must meet or exceed factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the contractor become property of the contractor. C. SCHEDULED MAINTENANCE: 1.The contract will include two (2) comprehensive scheduled maintenance inspections (preventive maintenance [PM]) to be performed in March and September. A mutually agreeable time for the inspections will be scheduled through the COR. 2.The contractor will perform PM Service to ensure that equipment listed in schedule functions in conformance with the latest published edition of NFPA-99, OSHA, and CDRH. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. Preventive maintenance procedures will be submitted to the COR for approval prior to the initiation of this service contract. PM SERVICES SHALL INCLUDE BUT NEED NOT BE LIMITED TO THE FOLLOWING: Cleaning of equipment; Reviewing operating system diagnostics to ensure that the system is operating to the manufacturer's specifications; Calibrating the equipment; Performing remedial maintenance of non-emergent nature; Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting all cables, replacement as necessary; Measuring, adjusting and calibrating as necessary for optimal performance; Inspecting and replacing where indicated electrical wiring and cables for wear and fraying; Providing documentation of service performed. Parts and assemblies will be repaired or replaced as necessary. An electrical safety inspection will be done at the time of the preventive maintenance and results will be documented. IV. SPECIAL INSTRUCTIONS: A. Documentation: At the conclusion of each repair or scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, Bar Code (EE #), and location of the equipment serviced, the name of the service representative, the hours worked, and the services performed and parts replaced. The reports will be delivered to COR, A/C Shop Supervisor or appointee for signature when work is complete. During non-standard hours, reports will be taken to Central Energy Plant for signature. B. Exclusions: Consumable parts and supplies are not covered under this contract. The applicable NACIS code for this service is 334513. The Government is interested in Small Businesses, preferably Service Disabled Veteran Owned Small Businesses (SDVOSB), to provide Annual Support and Maintenance for the CheckPoint Wireless Temperature Monitoring System. Interested and capable firms are requested to provide the following: "A Brief Capability Statement "Company Name "Point of Contact "Phone Number "Email Address "DUNs Number (www.dnb.com) "Business Size (Lg. or Sm.) "Socioeconomic Business Classification (if applicable) "GSA/FSS Schedule (if applicable) The respondent able to meet all the requirements of this notice should email the directly above information to Michael Pierson, Contract Specialist at michael.pierson@va.gov no later than June 25, 2014 @ 2:30 PM Eastern Standard Time. DISCLAIMER This RFI is issued solely for information and planning purpose only and does not constitute a solicitation. All information received in response to this RFI that is marked proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 the RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814I1268/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-14-I-1268 VA248-14-I-1268_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443878&FileName=VA248-14-I-1268-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1443878&FileName=VA248-14-I-1268-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: James A. Haley VA Medical Center;13000 Bruce B. Downs Blvd.;Tampa, FL
Zip Code: 33612
 
Record
SN03401905-W 20140622/140620235410-9f64af6e94570f4eb36319a153375193 (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.