Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 03, 2017 FBO #5640
DOCUMENT

H -- Software support and upgrades to the Carefusion Server at the CMCVAMC - Attachment

Notice Date
5/1/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;CMCVAMC;3900 Woodland Ave.;Philadelphia, PA 19104
 
ZIP Code
19104
 
Solicitation Number
VA24417N0833
 
Response Due
5/3/2017
 
Archive Date
6/2/2017
 
Point of Contact
Donna Toliver
 
E-Mail Address
donna.toliver3@va.gov
(donna.toliver3@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Issuing sources sought for veteran businesses (SDVOSB/VOSB) and any small businesses. The veteran business must be registered in SAM and certified in VETBIZ (VIP). The small businesses must be registered in SAM. The requirement is for software support and upgrades to the Carefusion server and infusion pump system. Under this contract all software and firmware will be upgraded as new upgrades become available. The contractor shall provide service and maintenance for government owned Carefusion equipment. The statement of Work (SOW) is cited below. All veteran and small businesses replying to this sources sought are to be capable of providing the requirements and service as stated in the statement of work (SOW), you must adhere to the specifications cited on the SOW. Vendors must supply Name of company, address, P.O.C. telephone number and email. Also, submit Duns and Tax ID numbers. Replies to this sources sought are due Wed. 5/3/2017 at 2:00 pm. Email information to donna.toliver3@va.gov MAINTENANCE CONTRACT SPECIFICATIONS/STATEMENT OF WORK General Guidance Title: Service and Maintenance for Government owned Carefusion Server Software and Hardware Scope of Work: The contractor shall provide service and maintenance for government-owned Carefusion Server Software and Hardware. This server manages all Alaris infusion pumps and stores all usage information. Contractor will provide the following: Alaris System server and Alaris Systems manager software, services and support Upgrades/updates for the Guardrails Suite MX software and the Alaris Systems Manager, provided remotely and on-site Services to keep the embedded and server software in sync Clinical and technical support for both products Background: VAMC Philadelphia has the NetApp Medical Backup system which required service and maintenance by certified, trained professionals Type of contract: firm fixed price; base year plus three option years. Base Year TBD $30,350 Option Year 1 TBD $30,350 Option Year 2 TBD $30,350 Option Year 3 Option Year 4 TBD TBD $30,350 $30,350.00 Period of Agreement: Unless otherwise specified, this contract will be for the period of April 1, 2017 through March 31, 2018. The Department of Veterans Affairs reserves the right to terminate this contract (in whole or in part) during the contract period for the convenience of the Government by giving the contractor a 30 day notice of intent to terminate. Under no circumstances shall this contract be renewed without written authorization from the Department of Veteran's Affairs. Service to be Provided by Contractors: Maintenance: Maintenance services will be provided, at the request of the Department of Veterans Affairs, to diagnose and correct equipment malfunctions. Support will be provided 9am-9pm. All support shall be performed by a manufacturer trained technician. Scheduling Arrangements: Response time of the contractor for routine service calls will be within 4 hours of notification during working hours Documentation:   At the completion of each service call or scheduled maintenance, the contractor shall provide a written service report to the primary and/or alternate contact person.   This report will clearly indicate the following: date of service name of vendor service technician/engineer type of service performed model serial number VA barcode (EE) number of the component of the system description of the service completed list of any parts replaced contract obligation number (642-Cxxxxx).     Service reports must also be emailed to vhaphibiomedicalservicereports@va.gov, with the Vendor Name and contract Obligation Number (642-Cxxxxx) listed in the Subject line.   Failure to provide complete and legible documentation as described will result in payment delays and possibly non-payment. Test Equipment Calibration: Test and measuring equipment used by the Contractor in performance of this contract must be calibrated in the last twelve months to a traceable national or international standard such as National Institute of Standards and Technology (NIST). For each service instance in which Contractor test or measuring equipment is used to calibrate, maintain or repair the medical equipment included in this contract, the Contractor must track the specific test or measuring equipment used. Ideally, this test or measuring equipment should be uniquely identified on the service documentation provided to the facility at the completion of the service instance. This identification should be traceable back to the specific test and measuring equipment used. Upon request, Contractor must provide COR/Biomedical Engineering with documentation of the calibration of this test and measuring equipment. This documentation should include at least the following: Unique identifier for the test and measuring equipment. This should match the identifier on the service documentation provided to Biomedical Engineering. Testing interval. Test date. Next test due date. As received and As returned status of the equipment being tested (e.g., was equipment in tolerance or not when received for testing and was equipment in tolerance or not when returned). Calibration results data. Identification of the device used to test equipment. Statement of traceability to the national or international standard used in the testing and calibration of the equipment. The national or international standard will be specified on the certificate. Reference to the testing procedure used. Calibration company identification information including company name, address, phone number and name of specific representative completing performance testing and calibration service. Terms and Conditions: User Responsibility: The Department of Veterans Affairs will provide the contractor's authorized personnel access to the equipment and adequate working space during performance of any services specified in this agreement. Biomedical Engineering Contact Person: The VAMC contact person for this maintenance contract can be reached at (215) 823-4604 or (215) 823-4685: Primary: Mark Brody Alternate: Lois Alderton The primary contact, or alternate, shall coordinate the scheduling of repair and preventive maintenance visits with the contractor. The contractor's representative shall notify the primary contact, or alternate, either in person (Biomedical Shop Room 3A152, bldg 2) or by telephone (extension 5829) whenever he/she arrives on station. All vendor mobile media devices (USB drives, CDs, DVDs, etc.) must be scanned by Biomed before use. The completed service reports shall be provided to the primary contact, or alternate, upon completion of the work. Failure to contact VA representative or present proper documentation will result in delay of payment. Information Security: Equipment, and any related services/support associated with the use of this equipment, must adhere to the Health Insurance Portability and Accountability Act (HIPAA) and all applicable Information Security Requirements of the Department of Veterans Affairs. Hard drives and other storage media contained within the equipment cannot be returned to the company, manufacturer and/or its representative. Hard drives or other storage media shall not be removed from VA property by the contractor. Biomedical Engineering MUST be notified whenever a hard drive or other storage media needs to be removed from the equipment so that the VA can take possession for proper disposal/destruction by the Department of Veterans Affairs. All vendor mobile media devices (USB drives, CDs, DVDs, etc.) must be scanned by Biomed before use.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417N0833/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-N-0833 VA244-17-N-0833.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3457437&FileName=VA244-17-N-0833-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3457437&FileName=VA244-17-N-0833-000.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: CMCVAMC;3900 Woodland Ave.;Philadelphia, PA
Zip Code: 19104
 
Record
SN04492049-W 20170503/170501235732-920daead6f2b99cc60e255ce74eb8828 (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.