Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 16, 2016 FBO #5441
DOCUMENT

J -- Symon Monitors Maintenance Support Richmond VAMC - Attachment

Notice Date
10/14/2016
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
 
ZIP Code
23667
 
Solicitation Number
VA24617Q0017
 
Response Due
10/20/2016
 
Archive Date
11/4/2016
 
Point of Contact
Matthew R Gray
 
E-Mail Address
5-3934<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network Contracting Office 6, Hunter Holmes McGuire VA Medical Center, Richmond, VA has a need for a Service Contract for hardware and software support of all Symon Monitors. The NAICS code for this requirement is 541511 and business size standard is $27.5M. This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. VA is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. - Essential technical capability: Must be licensed and/or certified to work with OEM proprietary software and make OEM maintenance and repairs for the following equipment: Item CodeItem DescriptionSerial #Qty 7890-LICSES Production LicenseSESP000641 8376IVS SmartScreen-420001DAF03BD81 8376IVS SmartScreen-420001DAF03BCE1 8376IVS SmartScreen-420001DAF03BCC1 8376IVS SmartScreen-420001DAF028161 8376IVS SmartScreen-420001DAF09D1B1 8376IVS SmartScreen-420001DAF09D351 8376IVS SmartScreen-420001DAF07E411 8376IVS SmartScreen-420001DAF07E451 8376IVS SmartScreen-420001DAF07E4B1 8376IVS SmartScreen-420001DAF07E511 8376IVS SmartScreen-420001DAF07E6B1 8376IVS SmartScreen-420001DAF07E891 8376IVS SmartScreen-420001DAF07EA51 8376IVS SmartScreen-420001DAF082E91 8376IVS SmartScreen-420001DAF0830B1 8376IVS SmartScreen-420001DAF083151 8376IVS SmartScreen-420001DAF0831F1 7890-11IVS ES - Version 111 8160IVS Design Studio 1st1 8161IVS Design Studio (Qty 2-5) each1 8461IVS SmartScreen - LED-420001DAF0F8F91 8461IVS SmartScreen - LED-420001DAF0F8E21 8461IVS SmartScreen - LED-420001DAF0F8D71 8461IVS SmartScreen - LED-420001DAF0F8D31 8461IVS SmartScreen - LED-420001DAF0F8CF1 8461IVS SmartScreen - LED-420001DAF0F8CA1 8461IVS SmartScreen - LED-420001DAF0EE191 8461IVS SmartScreen - LED-420001DAF0F8DA1 8461IVS SmartScreen - LED-420001DAF0F8D41 8461IVS SmartScreen - LED-420001DAF0F5161 8461IVS SmartScreen - LED-420001DAF0F4EB1 8461IVS SmartScreen - LED-420001DAF0CD911. Draft Statement of Work 1. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled maintenance shall be provided only during normal working hours (8:00 a.m. to 4:30 p.m.), Monday through Friday, (excluding holidays) local site time. 2. LOCATION OF WORK: Richmond VA Medical Center, 1201 Broad Rock Blvd, Richmond, VA 23249 3. SCOPE OF WORK: Contractor shall provide full service, which includes all scheduled preventive maintenance (quarterly), repairs, repair parts, calibrations as needed and phone support for Symon Monitors throughout the facility. Contractor shall have full access to the original manufacturer's hardware and software for calibration and repairs as required. No subcontracting of any portion of this service is authorized. All technicians providing service on this equipment shall be factory trained by the original manufacturer of the equipment. Documentation of this training needs to be available upon request. The Service Agreement should encompass the following: a.Hardware and software support of Symon monitors at RIC VAMC. b.Provide documentation of the hardware and software that is on site. c.Fix corruptive files. d.Repair failed or broken hardware. e.Provide software updates as eligible. 4. PERIOD OF PERFORMANCE: November 1, 2016 through September 30, 2017. 5. JUSTIFICATION: In accordance with the manufacturer's requirements, NFPA, the Joint Commission, and local policy, scheduled and unscheduled maintenance is required on this equipment. Additionally, all service (including parts) must be equal to or greater than what the original manufacturer would provide. 6. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by the Health Insurance Portability and Accountability Act of 1996 with respect to personal and confidential information that they may come upon while servicing equipment. Additionally, all contracted service personnel must have training on the above described equipment equivalent to the original manufacturers training. 7. DOCUMENTATION: a. Contractor shall report to Engineering to check in. This check in is mandatory. The FSE shall check out with Engineering and submit the ESR(s) to Engineering. All ESR shall be submitted to Engineering for an "acceptance signature". If Biomedical is unavailable, a signed, authorized copy of the ESR will be sent to Engineering. VA Engineering Contact Person(s): COR or Dane Friedman by phone at 804-675-5951 or in Location (Room Number/Building): 2K-137. The contractor shall provide the COR telephone number(s) to contact the Service Department or FSE. b. At the completion of each service call (scheduled or unscheduled), Contractor/FSE shall provide a detailed Engineering Service Report (ESR). The ESR shall, at a minimum, document the following information legibly and in complete detail: 1.Name of contractor and contract number. 2.Name of the FSE performing services. 3.Contractor Service ESR number/log number. 4.Date, time (starting and ending), equipment downtime and hours on-site for service call. 5.Identification of equipment to be serviced: I.D. number, Manufacturer's name, device name, model number, serial number, and any other Manufacturer's identification numbers. 6.Description of problem reported by Biomedical Engineering. c. Contractor shall warrant the services performed under this contract to ensure performance is provided in a good workmanship manner and conforms to the standards of the industry. This warranty shall be expressly given and in place of all other warranties, expressed or implied, statutory or otherwise, and shall be the only warranty given by the Contractor. 8. INCIDENT OF NEGLIGENCE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs shall be reported to the Contracting Officer's representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts shall be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The Government will incur no charges for service and parts due to accident, abuse, misuse or negligence by the contractor or his representative. 9. CONDITION OF EQUIPMENT: Contractor accepts responsibility for the equipment described in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve Contractor from performance of the requirements of this contract. (End of draft SOW) This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com ), list of available compatible products, the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation). (1) Business size (small or large business concern), and number of employees; (2) Type of small business a. Service Disabled Veteran Owned Small Business, provide VIP certification b. Veteran Owned Small Business, provide VIP certification c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business Responses to this notice should be emailed to Matthew R. Gray at Matthew.Gray@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 20 October 2016 at 4:00 PM EST. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0017/listing.html)
 
Document(s)
Attachment
 
File Name: VA246-17-Q-0017 VA246-17-Q-0017.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3054917&FileName=VA246-17-Q-0017-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3054917&FileName=VA246-17-Q-0017-000.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: Department of Veterans Affairs;Richmond VAMC;1201 Broad Rock Blvd;Richmond, VA
Zip Code: 23249
 
Record
SN04304994-W 20161016/161014234140-063b8d1f5aef93bbd2f362513c47e1ee (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.