Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2016 FBO #5227
DOCUMENT

N -- Provation Medical Service - Attachment

Notice Date
3/14/2016
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316Q0436
 
Response Due
3/28/2016
 
Archive Date
5/27/2016
 
Point of Contact
Desiree Flores
 
E-Mail Address
st
 
Small Business Set-Aside
N/A
 
Description
Response date (Deadline): March 28, 2016 GASTROENTEROLOGY SOFTWARE as described in Section C located at the: Northport VAMC, 79 Middleville Road, Northport, New York 11768. I.REQUIREMENTS: The regulatory requirements extend to repairs performed by OEMs and required maintenance to return the equipment/instruments and systems to the manufacturer's original specifications. The repair and refurbishment process is subject to regulatory FDA audits and must comply with Medical Device Reporting (MDR) requirements. A.FULL SERVICE CONTRACT: Furnish all necessary labor, equipment, tools, materials, repair service, software updates, parts, etc., for complete Software Support Service as specified below in accordance with the terms, conditions and schedule of this agreement. B.BASE PERIOD:Date of Award The Government will have the Option to extend the Term of the contract for Four (4) additional years. C.SOFTWARE/EQUIPMENT MAINTENANCE: Site Name DESCRIPTIPTIONSUPPORT NP VAMCMAINTENANCE MD GASTROENTEROLOGY SOFTWARE12 MONTHS NP VAMCMAINTENANCE MULTICARE12 MONTHS NP VAMCORACLE SUPPORT12 MONTHS II.DEFINITIONS/ACRONYMS: A.Biomedical Engineering - Chief or designee. B.CO - Contracting Officer. C.COR - Contracting Officer Technical Representative (Biomedical Engineering) D.PMI - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. E.ESI - Electrical Safety Inspection. F.FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. G.ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and condition of the contract. H.Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR. I.Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. J.NFPA - National Fire Protection Association. K.CDRH - Center for Devices and Radiological Health. L. VAMC - Department of Veterans Affairs Medical Center M.OSHA - Occupational Safety and Health Agency. N.OEM - Original Equipment Manufacturer. O.AQL - Acceptable Quality Level III.CONFORMANCE STANDARDS: The contractor shall ensure that the equipment (hardware and software) functions in conformance with the latest FDA (medical device regulations (including but not limited to Class I, Class II, Class III and MDDS), validation, quality assurance and compliance), latest published edition of NFPA-99, TJC, OSHA, CDRH, ISO 9001, and any other performance standards and specifications used when the equipment was procured by VA and any upgrades/updates. IV.SECURITY: 1.All vendors/contractors will sign-in at the Biomedical Engineering Administrative Office building 11 room 1, before reporting to their respective work site. Each vendor/contractor will be issued a temporary identification badge that must be worn at all times above the waist, in front, with the face of the card visible. 2. If removable media (i.e. USB or DVD/CD Device) is required to service, troubleshoot or install/update software, then it must be scanned with an anti-virus program. The removable media is scanned with anti-virus software running current virus definitions prior to connection to any medical device at the scanning workstation located in Biomedical Engineering. Any vendor/contractor with patient sensitive information that is imported into the removable media device for any reason must purge all patient sensitive information prior to departure from the facility. 3.All items covered by the manufacturer's warranty, contractor service of any devices, systems, or other equipment containing media (hard drives, optical disks, etc.) with VA sensitive information must not be removed / returned to the vendor at the end of life, for trade-in, or other purposes. 4. Upon completion of the scheduled work, the vendor/contractor will return to the Biomedical Engineering Administrative Office building 11 room 1, to sign-out, return the temporary identification badge, and leave any Field Service Reports if necessary. 5.All medical device workstations and servers must be in compliance with MDIA (Medical Device Infrastructure Architecture) as well as comply with all FDA regulations. 6.Remote System Diagnosis: Proactive, remote monitoring and diagnosis shall be provided and covered by contractor, however contractor must meet strict VA guidelines on use of virtual private network (VPN) access. 7.Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be REMOVED / RETURNED to the vendor at the end of lease, for trade-in, or other purposes. HOURS OF COVERAGE: A. Normal business hours of coverage are [24 hours per day, 7 days a week, 365 days per year], including federal holidays. All service/repairs will be performed during normal business hours of coverage unless requested and approved by [COR]. B. Hardware/software update/upgrade installations will be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by COR). C. Federal Holidays observed by the VAMC are: New Years DayLabor DayMartin Luther King DayColumbus DayPresident's DayVeterans DayMemorial DayThanksgiving DayIndependence DayChristmas Day And any other day specifically declared by the President of the United States to be a national holiday. V.MAINTENANCE SERVICES: A.The contractor shall maintain the equipment in accordance with the Conformance Standards Section, by furnishing all necessary labor, travel, management, equipment, tools, materials, repair service, instruments, and software updates for service (excluding consumables) in accordance with the terms, conditions and schedule of this agreement. The contractor will provide technical repair service which may consist of maintaining the equipment, including all intervening calls necessary between regular services and calibrations/testing of system operation. The contractor will provide all technical support. Contract Vehicle: The resulting contract vehicles from this process will be a firm fixed price. 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) and received not later than March 28, 2016. If you have any further question, please email me at Desiree.Flores@va.gov or call me at 7185849000 ext 6411. All interested parties should provide the following information via e-mail only to the Contracting Officer by the stated deadline Contracting Office Address: VISN 3 Network Contracting Office (NCO3) James J. Peters VA Medical Center 130 West Kingsbridge Road, Bronx, New York 10468-3992
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316Q0436/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-Q-0436 VA243-16-Q-0436_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2614545&FileName=VA243-16-Q-0436-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2614545&FileName=VA243-16-Q-0436-000.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: VA NorthPort;79 Middleville Road;Northport,NY 11768-2200
Zip Code: 11768
 
Record
SN04049581-W 20160316/160314234910-b93ce245307a3f8c4aff4dd1c188a948 (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.