Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 18, 2016 FBO #5229
DOCUMENT

J -- IMATION NEXSAN ASSUREON SYSTEM MAINTENANCE - Attachment

Notice Date
3/16/2016
 
Notice Type
Attachment
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VISN 7 Network Contracting Office;LaVista Business Park - Bldg A;2008 Weems Road;Tucker GA 30084
 
ZIP Code
30084
 
Solicitation Number
VA24716Q0420
 
Response Due
3/24/2015
 
Archive Date
5/23/2015
 
Point of Contact
Evonne A Huggins
 
E-Mail Address
1-6111<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
(i) This is a combined synopsis/solicitation for On-Site Support Services for the below listed IMATION NEXSAN ASSUREON storage systems prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price is anticipated. (ii) The solicitation number is VA247-16-Q-0420 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86 (iv) This solicitation is 100% Set Aside for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS code 811219 has a small business size standard of $20.5M (v) Contract Line Items (CLINs): 0001: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Primary (A29250205-S001) Quantity: 12 Months | Base Period of Performance: April 2016 - April 2017 0002: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Secondary (A29250205-S101) Quantity: 12 Months | Base Period of Performance: April 2016 - April 2017 0003: Encryption Key Escrow License and Support For Up To 56tb of Data (1 License Required For Each 56tb Managed) Quantity: 2 Each | Base Period of Performance: April 2016 - April 2017 1001: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Primary (A29250205-S001) Quantity: 12 Months | Option 1 Period of Performance: April 2017 - April 2018 1002: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Secondary (A29250205-S101) Quantity: 12 Months | Option 1 Period of Performance: April 2017 - April 2018 1003: Encryption Key Escrow License and Support For Up To 56tb of Data (1 License Required For Each 56tb Managed) Quantity: 2 Each | Option 1 Period of Performance: April 2017 - April 2018 2001: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Primary (A29250205-S001) Quantity: 12 Months | Option 2 Period of Performance: April 2018 - April 2019 2002: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Secondary (A29250205-S101) Quantity: 12 Months | Option 2 Period of Performance: April 2018 - April 2019 2003: Encryption Key Escrow License and Support For Up To 56tb of Data (1 License Required For Each 56tb Managed) Quantity: 2 Each | Option 2 Period of Performance: April 2018 - April 2019 3001: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Primary (A29250205-S001) Quantity: 12 Months | Option 3 Period of Performance: April 2019 - April 2020 3002: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Secondary (A29250205-S101) Quantity: 12 Months | Option 3 Period of Performance: April 2019 - April 2020 3003: Encryption Key Escrow License and Support For Up To 56tb of Data (1 License Required For Each 56tb Managed) Quantity: 2 Each | Option 3 Period of Performance: April 2019 - April 2020 4001: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Primary (A29250205-S001) Quantity: 12 Months | Option 4 Period of Performance: April 2020 - April 2021 4002: Annual Enterprise On Site Support, Assureon Hxr, Tier 3, 80-150tb (Per Site) For Secondary (A29250205-S101) Quantity: 12 Months | Option 4 Period of Performance: April 2020 - April 2021 4003: Encryption Key Escrow License and Support For Up To 56tb of Data (1 License Required For Each 56tb Managed) Quantity: 2 Each | Option 4 Period of Performance: April 2020 - April 2021 - Location of Equipment - Department of Veterans Affairs Medical Center 700 19th Street South Birmingham, AL 35233 - Equipment included under this solicitation and resultant contract - Imation Nexsan Assureon System A29250205-S001 Primary, Storage NXT4080003i (E7184F/E718D5), Server F001 s/n FGBF4134070 Imation Nexsan Assureon System A29250205-S101 Secondary, Storage NXT40800032 (E71506/E71540), Server F101 s/n FHBF306103E STATEMENT OF WORK B.1.2 Definitions/Acronyms: A. Biomedical Engineering - Supervisor or designee, Room G505, phone # 205-933-8101, extension 5252 or 5501. B. CO - Contracting Officer. C. COR - Contracting Officer Technical Representative. D. PM - 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. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. F. 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. G. Acceptance Signature. VA employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. H. Authorization Signature. COR's signature; indicates COR accept work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. OSHA - Occupational Safety and Health Administration. L. JCAHO - Joint Commission on Accreditation of Healthcare Organizations. M. FDA - Food and Drug Administration. N. DVAMC - Department of Veterans Affairs Medical Center. O. Normal Working Hours - Monday through Friday, 8:00 a.m. - 5:00 p.m., excluding weekends and Federal Holidays, B.1.3 Conformance Standards: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH, JCAHO, FDA and manufacturer specifications. B.1.4 Hours of Coverage: A. Normal hours of coverage shall be Monday through Friday from 8:00 a.m. to 5p.m., excluding weekends and federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COR. B. Preventive maintenance inspections are to be scheduled at least one week in advance with Contracting Officer's Technical Representative (COR). Coordination may be done by telephone. C. Preventive maintenance inspections will be performed at a frequency in accordance with manufacturer recommendations. D. Federal Holidays observed by the DVAMC are: New Year's Day, Labor Day, Martin Luther King Day, Columbus Day, President's Day, Veterans Day, Memorial Day, Thanksgiving Day, Independence Day, Christmas Day. B.1.5 Unscheduled Maintenance: A. The contractor shall maintain the equipment in accordance with Section III, Conformance Standards. The contractor shall provide repair service which may consist of calibration, cleaning, oiling, adjusting, replacing parts, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. All required parts shall be new and furnished by the contractor. B. The CO, COR or designated alternate has the authority to approve/request a service call from the contractor. C. Response Time: Contractor's FSE must respond with a telephone call to the COR and his/her designee within 30 minutes after receipt of telephoned notification 24 hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within four (4) hours after receipt of notification and will proceed progressively to completion without undue delay. For example, if hours of coverage are 8:00 a.m. to 5:00 p.m., a 4 hours response means, if a call is placed at 3:45 p.m. Monday, August 10, the FSE must start on-site service before 10:45 a.m. Tuesday, August 11, except when outside hours of coverage is authorized by the COR. B.1.6 Scheduled Maintenance: A. The contractor shall perform PM Service to ensure that equipment listed in the schedule performs in accordance with Section III, Conformance Standards. The contractor shall provide and utilize procedures and checklists, with worksheet originals indicating work performed and actual values obtained (as applicable) and shall provide said documentation to the COR at the completion of the PM. PM services shall include, but may not be limited to, the following: 1) Cleaning of equipment. 2) Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer's specifications. 3) Calibrating and lubricating the equipment. 4) Performing remedial maintenance of non-emergent nature. 5) Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6) Inspecting, and replacing where indicated, tubing for wear and fraying. 7) Measuring, adjusting and calibrating as necessary. 8) Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying, 9) Inspecting and replacing where indicated, all mechanical components for mechanical integrity, safety, and performance. 10) Image quality assessment. 11) Apply gummed label, dated & signed, certifying performance and safety to meet manufacturer published specifications as of that date. 12) Returning the equipment to the operating condition defined in Section III, Conformance Standards. 13) Providing documentation (worksheet) of services performed on each machine tested. PM services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PM schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete scheduled PM are included within this contract, and it's agreed upon price, unless specifically stated in writing otherwise. B. The contractor shall furnish documentation, including all measurements and calibration data. C. The contractor shall furnish all backup documentation to ensure that the system is performing in accordance with III, Conformance Standards. B.1.7 Parts: The contractor shall furnish and replace parts to meet up-time requirements (consumables are not covered). The contractor has ready access to unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts and software. The contractor shall use new parts. Re-built parts or used parts, those removed from other equipment, shall not be installed without approval by the COR. B.1.8 Service Manuals: The DVAMC shall not provide services 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, (such as operational and service manuals, schematics, and parts list), 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 or COR upon request. B.1.9 Documentation/Reports: The documentation will include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in Section III, Conformance Standards. In addition, each ESR shall, at a minimum, document the following data legibly and in complete detail: A. Name of Contractor. B. Name of FSE who performed services. C. Contractor Service ESR Number/Log Number. D. Date, Time (starting and ending), and Hours-On-Site for service call. E. Description of Problem Reported by COR/User. F. Identification of Equipment to be serviced: Inventory ID number (Equipment Entry Number), Manufacturer's name, Device Name, Model number, Serial number, and any other Manufacturer's identification numbers. G. Itemized description of service performed, including: labor and travel, parts (with part numbers), materials and circuit location of problem/corrective action. H. Total Cost to be billed. I. Signatures: 1. FSE performing services described. 2. VA Employee who witnessed service described may initial said ESR, but only the COR has the authority to sign the ESR J. Equipment downtime. K. VA Purchase Order Number. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE CONTRACTING OFFICER BEFORE SERVICE IS STARTED B.1.10 Reporting Requirements: The contractor shall be required to report to the Biomedical Engineering supervisor or designee. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR (s). The FSE shall be required to log out with the Biomedical Section Manager or designee, and submit the ESR (s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable a signed, authorized, copy of the ESR will be sent to the contractor after the work can be reviewed (if request or noted on the ESR). B.1.11 Payment: Invoices will be paid in arrears on a monthly basis. B.1.12 Additional Charges: There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts. B.1.13 Reporting Required Services Beyond the Contract Scope: The Contractor shall immediately, but not later than 24 consecutive hours after discovery notify the CO and COR, in writing, of the existence or the development of any defects in, or repairs required for the equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. B.1.14 Condition of Equipment: The contractor accepts responsibility for the equipment described in the schedule "as is" condition. Failure to inspect the equipment prior to contract award shall not relieve the contractor from performance of the requirements of this contract. B.1.15 Qualifications: The quoter is required to submit sufficient evidence of adequate equipment, facilities, personnel and necessary experience to establish responsibility and integrity to meet the requirements of this contract. Any quoter, who does not have adequate experience, personnel and/or equipment, in the opinion of the Contracting Officer, will be rejected. To assist in this determination, offeror is required to furnish the following information: A. Number of years of experience performing the type of services indicated within. B. Number of personnel regularly employed on a full-time basis. C. Quoters who have not previously provided the same or similar type services at this Medical Center are required to furnish for evaluation purposes, the names, addresses and telephone numbers of three (3) companies for whom exact services have been furnished. D. Provide certification that contractor has manufacturer updated maintenance software, manuals, and parts. B.1.16 Competency of Personnel Servicing Equipment: A. Each respondent shall have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized manufacturer training programs within the last two years, for the equipment identified in the equipment schedule, and annual refresher course. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on equipment listed. C. The FSEs shall be authorized by the contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the DVAMC. The 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 DVAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the DVAMC equipment. D. Subcontractor will not be used under this contract unless authorized and approved by the COR B.1.17 Test Equipment: Prior to commencement of work on this contract, the contractor shall provide the DVAMC with a copy of the current calibration certification of all test equipment which is to be used by the contractor on DVAMC's equipment. This certification shall also be provided on a periodic basis when requested by the DVAMC. Test equipment calibration shall be traceable to a national standard. (vi) Requirements of Service Provider: -Must be certified by the manufacturer and be able to provide current proof of certification and/or authorization to service applicable equipment. -Services provided must be in accordance with manufacturer recommendations for the referenced systems. (vii) Period of Performance is 1 base year from date of award plus 4 (1 -year) priced optional periods (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following instructions are added as addenda: INSTRUCTIONS TO QUOTERS: (1)Quote shall include at least (1) comprehensive maintenance service plans that addresses in detail inclusions, exclusions, technical support (2)Quote shall include labor categories and rates applicable to this solicitation. (3)Quote shall include proof of certification or authorization by the manufacturer of the aforementioned equipment to perform the services required in this solicitation. (4)Quote may include up to 3 references that include point of contact name, phone number, email address and contract number associated with the service. References shall only be of similar scope and size to this solicitation. (ix) In accordance with FAR 13.106-1(a)(2), award will be made to the offeror whose offer the best overall value to the government, considering price and past performance. Offerors may submit up to 3 references showing performance that is similar in size and scope to those of this solicitation. Included in the reference must be the name (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (C$END-OF-CLAUSE) SUPPLEMENTAL INSURANCE REQUIREMENTS In accordance with FAR 28.307-2 and FAR 52.228-5, the following minimum coverage shall apply to this contract: (a) Workers' compensation and employers liability: Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a Contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least $100,000 is required, except in States with exclusive or monopolistic funds that do not permit workers' compensation to be written by private carriers. (b) General Liability: $500,000.00 per occurrences. (c) Automobile $200,000.00 per person; $500,000.00 per occurrence and $20,000.00 property damage. (d) The successful quoter must present to the Contracting Officer, prior to award, evidence of general liability insurance without any exclusionary clauses for asbestos that would void the general liability coverage. (C$END-OF-CLAUSE) 52.217-8Option to Extend Services (NOV 1999) 52.217-9Option to Extend the Term of the Contract (MAR 2000) 852.203-70Commercial Advertising (JAN 2008) 852.237-70Contractor Responsibilities (APR 1984) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-8Utilization of Small Business Concerns (OCT 2014) 52.219-28Post Award Small Business Program Representation (JUL 2013) 52.222-21Prohibition of Segregated Facilities (APR 2015) 52.222-26Equal Opportunity (APR 2015) 52.222-50Combating Trafficking in Persons (MAR 2015) 52.223-18Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.222-41Service Contract Labor Standards (MAY 2014) 52.222-42Statement of Equivalent Rates for Federal Hires (MAY 2014) 23183: ELECTRONICS TECHNICIAN MAINTENANCE III WG-10: $22.92/hr + 36.25%/hr fringe 52.222-55Minimum Wages Under Executive Order 13658 (DEC 2015) (xiii) Additional contract requirements, terms or conditions. Wage Determination This order is covered by the Service Contract Act and as such the following wage determination is applicable: Wage Determination No.: 2005-2003 Revision No.: 18 Date Of Revision: 12/29/2015 State: Alabama Area: Alabama Counties of Bibb, Blount, Cullman, Fayette, Greene, Hale, Jefferson, Lamar, Marengo, Perry, Pickens, Shelby, St Clair, Tuscaloosa, Walker A full wage determination is available at http://www.wdol.gov/sca.aspx and questions regarding this determination should be addressed to Evonne.Huggins@va.gov On-Site Identification & Badging Requirements: All outside sources are required to register with Logistics Service, and be provided with a visible day pass prior to making site contact with any Department of Veterans Affairs (VA) staff. Outside sources will comply with registration procedures and instructions as informed by Logistics Service. All outside sources will be required to show photo identification (ID) in order to obtain a VA issued badge or day pass. Outside source representatives are required to display proper medical center vender badge when visiting the medical center. Patient care areas are off limits to unescorted or unsupervised vendor representatives at all times. The contractor shall be required to report to the COR upon arrival at the VA Medical Center and will be escorted to designated work area(s). Parking, Smoking, and VA Regulations: The Contractor shall wear visible identification at all times while on the premises of the DVAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the DVAMC Police Service. The DVAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the DVAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Payment: Invoices will be paid in arrears on a monthly basis. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to Evonne.Huggins@va.gov and received no later than 8am EST on Thursday, March 24th, 2016. (xvi) For information regarding the solicitation, please contact Evonne Huggins at Evonne.Huggins@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AtlVAMC/VAMCCO80220/VA24716Q0420/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-16-Q-0420 VA247-16-Q-0420.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2619684&FileName=VA247-16-Q-0420-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2619684&FileName=VA247-16-Q-0420-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04052364-W 20160318/160316235130-90ac1638c237171fff3ce2738a552f22 (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.