Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 13, 2017 FBO #5620
DOCUMENT

65 -- Anesthesia 4 Channel Monitoring System - Attachment

Notice Date
4/11/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
 
ZIP Code
70114
 
Solicitation Number
VA25617N0538
 
Response Due
4/14/2017
 
Archive Date
7/13/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
1 Anesthesia 4 Channel Monitoring System and Installation Southeast Louisiana Veterans Health Care System New Orleans, LA Anesthesia 4 Channel Monitoring System and Installation 1.1. Department of Veterans Affairs Southeast Louisiana Veterans Healthcare System is seeking a Service Disabled Veteran Owned Small Business to provide and install (2) Anesthesia 4 Channel Monitoring Systems. Equivalent Covidien 186-0212. Set Aside 100% Service Disable Veteran Owned Small Business. INSTRUCTIONS TO SOURCES This is a Sources Sought Notice and is not a Request for Quote (RFQ). No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided to the Government as a result of this Sources Sought Notice is voluntary. To reiterate, this Sources Sought Notice that is for planning purposes only and is intended to identify Service Disable Veteran Own Small Business who can support this requirement. INSTRUCTIONS to SOURCES FOR SUBMISSIONS Interested contractors shall submit a response to Debra James via email debra.james3@va.gov. Responses are due no later than 4/14/2017 12:00pm Central Standard Time. Within your email please indicate if you can provide all items listed and instructions within this document along with delivery, installation, training, manufacturer s warranty, and deliverables. 1. PURPOSE 1.1 The overall purpose is to provide and install (2) Anesthesia 4 Channel Monitoring Systems to the Southeast Louisiana Veterans Health Care System (SLVHCS) Diagnostics and Treatment Building Anesthesia Department located at 2400 Canal St, New Orleans, LA 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1 Anesthesia 4 Channel Monitoring System EQUIVALENT TO: Covidien 186-1014 Specifications/Salient Characteristics: A 4 channel monitoring system is utilized to provide the physician the capability to detect hemispheric differences in the brain. At a minimum of four channels of EEG An Asymmetry indicator Must provide a graphical representation of EEG frequency differences between the two hemispheres 2.5.2 Bilateral Sensors EQUIVALENT TO: Covidien 186-0212 Specifications/Salient Characteristics: Must be compatible with line item 2.5.1 Disposable Must be capable of aiding in the detection of hemispheric differences in the brain At least 10 per Carton 2.5.3 Installation/Training Specifications/Salient Characteristics: Vendor must provide installation services as well as training to clinical staff and biomedical engineering staff. 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Diagnostics and Treatment Building Anesthesia Department 2400 Canal St, New Orleans, LA 70119 on June 2, 2017 to Room 3E206. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted 30 days prior to initial award delivery date for verification of delivery and installation dates. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 INSTALLATION/ASSEMBLY 2.6.2.1 All equipment shall be installed/ assembled in a manner that will allow for its safe and effective utilization by contractor. 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed by June 9, 2017. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 4.1.1 Binders - Quantity (2) each for items 2.5.1-2.5.2 4.1.2 Digital Copies- Quantity (1) each for items 2.5.1-2.5.2 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR or designee upon completion of installation. 5. TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR or designee after installation is complete. 5.2 The contractor shall provide a training program to the Biomedical Engineering technicians and in-house clinical personnel. Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate and maintain the system 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS In accordance with Handbook 6500.6 Contract Security (March 12, 2010) include this contract security language into the Statement of Work (SOW) immediately following the security clause section: "A&A requirements do not apply--Security Accreditation Package is not required". 1. GENERAL Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. 2. 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 the 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 CO at the conclusion of the task order. a. The CO 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 CO for response. b. 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 CO. 8. WARRANTY 8.1 The contractor shall provide a Five year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0538/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0538 VA256-17-N-0538.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3408597&FileName=VA256-17-N-0538-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3408597&FileName=VA256-17-N-0538-000.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 Medical Center;Southeast Louisiana Veterans HCS;2400 Canal Street.;New Orleans, Louisiana
Zip Code: 70119
 
Record
SN04467993-W 20170413/170411234752-c316770d7d204c83390113f1b695fd6c (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.