Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

65 -- Carescape telemetry monitoring system - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;1010 DELAFIELD ROAD;PITTSBURGH, PA 15215
 
ZIP Code
15215
 
Solicitation Number
VA24417Q1798
 
Response Due
9/15/2017
 
Archive Date
9/30/2017
 
Point of Contact
AMANDA SAUNDERS
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for TELEMETRY EQUIPMENT, BRAND NAME, as 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 purchase order is anticipated. (ii) The solicitation number is VA244-17-Q-1798 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 2005-95 (iv) This solicitation is set aside 100% for Service-Disabled Veteran-Owned Small Businesses and the associated NAICS 339112 code has a small business size standard of 1000. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 CSN: 6515-438799 TELEMETRY MONITORING CARESCAPE CENTRAL STATION V2 MAI 700 ATO MODEL LOCAL STOCK NUMBER: 2092670-001 1.00 EA __________________ __________________ 0002 22" MEDICAL GRADE WIDESCREEN LCD DISPLAY WITH TOUCH LOCAL STOCK NUMBER: 2092930-001 1.00 EA __________________ __________________ 0003 USB CABLE A TO B, 1M LENGTH LOCAL STOCK NUMBER: 2081113-001 1.00 EA __________________ __________________ 0004 FIXED FLUSH MOUNT FOR MP200 LOCAL STOCK NUMBER: 2079698-001 1.00 EA __________________ __________________ 0005 CSCS CLINICAL USER AND CONFIGURATION TRAINING LOCAL STOCK NUMBER: 2016373-400 1.00 EA __________________ __________________ 0006 HARDWARE REPLACEMENT REQUIREMENT CSCS HARDWARE UPGRADE-NO EQUIPMENT RETURN CHARGE. TO RECEIVE UPGRADE DISCOUNTED PRICING, RETURN OF EXISTING HARDWARE WITIN 30 DAYS OF INSTALLATION IS REQUIRED. INCLUDE LOCAL STOCK NUMBER: 2038769-001 1.00 EA __________________ __________________ 0007 INSTALLATION CHARGE. LOCAL STOCK NUMBER: 2083083-001 1.00 EA __________________ __________________ 0008 CARESCAPE CENTRAL STATION V2 MAI 700 ATO MODEL. LOCAL STOCK NUMBER: 2092670-001 2.00 EA __________________ __________________ 0009 22" MEDICAL GRADE WIDESCREEN LCD DISPLAY WITH TOUCH LOCAL STOCK NUMBER: 2092930-001 2.00 EA __________________ __________________ 0010 USB CABLE A TO B, 1M LENGTH LOCAL STOCK NUMBER: 2081113-001 2.00 EA __________________ __________________ 0011 FIXED FLUSH MOUNT FOR MP200 LOCAL STOCK NUMBER: 2079698-001 2.00 EA __________________ __________________ 0012 CIC LASER PRINTER LOCAL STOCK NUMBER: 2039670-001 2.00 EA __________________ __________________ 0013 CSCS CLINICAL USER AND CONFIGURATION TRAINING LOCAL STOCK NUMBER: 2016373-400 4.00 EA __________________ __________________ 0014 INSITE2.0: ON-DMD DIGITAL SERVICE (WARR). INSITE- WITH EXPRESS CONNECT REMOTE DIGITAL SERVICE: ADVANCED SERVICEABILITY TECHNOLOGY THAT MONITORS DEVICE PERFORMANCE WITH THE ABILITY TO DEPLOY APPLICATIO LOCAL STOCK NUMBER: 2025330-001 2.00 EA __________________ __________________ 0015 HARDWARE REPLACEMENT REQUIREMENT. CSCS HARDWARE UPGRADE-NO EQUIPMENT RETURN CHARGE. TO RECEIVE UPGRADE DISCOUNTED PRICNG, RETURN OF EXISTING HARDWARE WITHIN 30 DAYS OF INSTALLATION IS REQUIRED. LOCAL STOCK NUMBER: 2038769-001 2.00 EA __________________ __________________ 0016 INSTALLATION CHARGE. LOCAL STOCK NUMBER: 2083083-001 2.00 EA __________________ __________________ 0017 CARESCAPE LIFE UPGRADE PROGRAM FOR B450 LOCAL STOCK NUMBER: 2081437-001 5.00 EA __________________ __________________ 0018 QUAD HOOKS WITH 3"/7.6 CM DOWN POST FOR VHM-P/PL ARMS LOCAL STOCK NUMBER: 2100261-001 5.00 EA __________________ __________________ 0019 GCX UTILITY HOOK. FOR USE W/M & VHM SERIES ARMS. MOUNTS UNDER ARM AND PROVIDES 2 HOOKS FOR CABLE/ACCESSORY MANAGEMENT. LOCAL STOCK NUMBER: 2038478-001 5.00 EA __________________ __________________ 0020 NON-TRANSPORT B450 MONITOR LOCAL STOCK NUMBER: 2095710-001 5.00 EA __________________ __________________ 0021 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 5.00 EA __________________ __________________ 0022 CARESCAPE LIFE UPGRADE PROGRAM FOR B650 LOCAL STOCK NUMBER: 2074459-001 8.00 EA __________________ __________________ 0023 WALL MOUNT, VHM LOCKING W/O WALL CHANNEL LOCAL STOCK NUMBER: 2014448-001 8.00 EA __________________ __________________ 0024 QUAD HOOKS WITH 3"/7.6 CM DOWN POST FOR VHM-P/PL ARMS LOCAL STOCK NUMBER: 2100261-001 8.00 EA __________________ __________________ 0025 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 8.00 EA __________________ __________________ 0026 CARESCAPE LIFE UPGRADE PROGRAM FOR B850 LOCAL STOCK NUMBER: 2074524-001 7.00 EA __________________ __________________ 0027 CARESCAPE RESPIRATORY MODULE E-sCO, SINGLE WIDTH MODULE WITH C02 & 02 AIRWAY GAS MEASUREMENT LOCAL STOCK NUMBER: M1199049 7.00 EA __________________ __________________ 0028 MINI D-FEND WATER TRAP, PKG OF 10 PCS LOCAL STOCK NUMBER: 8002174 7.00 EA __________________ __________________ 0029 WALL MOUNT, VHM NON-LOCKING W/O WALL CHANNEL GCX VARIABLE HEIGHT ARM MONITOR MOUNT LOCAL STOCK NUMBER: 2002746-002 7.00 EA __________________ __________________ 0030 ADAPTER PLATE FOR F5 FRAME; ADAPTER PLACE CONNECTS TO BOTTOM OF F5 TO ALLOW CONNECTION TO SLIDE MOUNT. LOCAL STOCK NUMBER: M1027911 7.00 EA __________________ __________________ 0031 16" PIVOT ARM FOR CARESCAPE CPU AND F5 FRAME LOCAL STOCK NUMBER: 2044146-001 7.00 EA __________________ __________________ 0032 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 7.00 EA __________________ __________________ 0033 TELEMETRY SERVER V4 ATO MODEL LOCAL STOCK NUMBER: 2063702-001 1.00 EA __________________ __________________ 0034 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 1.00 EA __________________ __________________ 0035 APEXPRO CH TELEMETRY RECEIVER LOCAL STOCK NUMBER: 2095033-001 1.00 EA __________________ __________________ 0036 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 1.00 EA __________________ __________________ 0037 PATIENT DATA MODULE (PDM) LOCAL STOCK NUMBER: 2042084-001 20.00 EA __________________ __________________ 0038 MASIMO INTERCONNECT CABLE WITH LNCS CONNECTOR (PIN STYLE) 10 FT. LOCAL STOCK NUMBER: 2027263-002 20.00 EA __________________ __________________ 0039 SENSOR LNCS DC-1 ADULT REUSABLE EA. LOCAL STOCK NUMBER: 2027258-001 20.00 EA __________________ __________________ 0040 DINACLICK AIRHOSE, 12 FT (3.6M) CARE HOSE W/ RECTANGLE CONNECTOR TO ADULT 2T DINACLICK CONNECTOR LOCAL STOCK NUMBER: 2058203-002 20.00 EA __________________ __________________ 0041 SOFT-CUF ASSORTMENT KIT, 2T DINACLICK-20 /PACK (5 SM. ADULT, 10 ADULT, 5 LG ADULT) LOCAL STOCK NUMBER: 2059303-001 20.00 EA __________________ __________________ 0042 ECG CABLE, MULTI-LINK, 12 LEAD, AHA, 3.6M LOCAL STOCK NUMBER: CF-2017006-001 20.00 EA __________________ __________________ 0043 LEADWIRE SET, ECG, MULTI-LINK - GROUP, 5-LD GRAB, AHA, MIXED 5/SET LOCAL STOCK NUMBER: CF-412681-005 20.00 EA __________________ __________________ 0044 LEADWIRE SET, ECG, MULTI-LINK, GRABBER, V-LEADS, AHA, 29 IN, 5/SET LOCAL STOCK NUMBER: CF-416467-003 20.00 EA __________________ __________________ 0045 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 20.00 EA __________________ __________________ 0046 TRAM TO PDM UPGRADE PROMO (EXPIRES DECEMBER 31, 2017 TRADE-IN ADDENDUM WITH SERIAL NUMBERS REQUIRED) PURCHASE A CARESCAPE PDM FOR 48% OFF LIST PRICE WHEN TRADING IN A TRAM, E-PSM(P), M-PRESTN, M-(N)ES LOCAL STOCK NUMBER: 2009010-916 1.00 EA __________________ __________________ 0047 CARESCAPE GATEWAY LOCAL STOCK NUMBER: 2058580-001 1.00 EA __________________ __________________ 0048 ROUTER CONFIGURATION BETWEEN THE CARESCAPE NETWORK IX AND THE HOSPITAL NETWORK. INCLUDES GE-PROVIDED ROUTER. LOCAL STOCK NUMBER: NETWORKING INT=B 1.00 EA __________________ __________________ 0049 ROUTER AND CONFIGURATION BETWEEN CARESCAPE NETWORK MC AND ALARM MANAGEMENT SYSTEM. NETWORK INTEGRATION SERVICE BETWEEN THE CARESCAPE NETWORK MC AND ALARM MANAGEMENT SYSTEMS. INCLUDES GE-PROVIDED ROUT LOCAL STOCK NUMBER: NETWORKING_INT=C 1.00 EA __________________ __________________ 0050 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 1.00 EA __________________ __________________ 0051 ALARM REPORTING TOOL V1.1 SITE LICENSE LOCAL STOCK NUMBER: 2090667-002 1.00 EA __________________ __________________ 0052 ALARM MANAGEMENT CONSULTING - 1 CARE AREA LOCAL STOCK NUMBER: 2092007-001 1.00 EA __________________ __________________ 0053 ART V1.1 SOFTWARE AND MEDIA UPDATE KIT LOCAL STOCK NUMBER: 2090661-002 2.00 EA __________________ __________________ 0054 STANDARD ANTENNA INSTALL (MONDAY- FRIDAY, 8-5) - GE SUPPLIED CABLE AND INSTALL LOCAL STOCK NUMBER: 2020100-001 1.00 EA __________________ __________________ 0055 DUST CARTS-FOR USE WITH GE SUPPLIED CABLE AND INSTALL LOCAL STOCK NUMBER: 2020100-003 1.00 EA __________________ __________________ 0056 TELEMETRY SYSTEM INTEGRATION FEE. INTEGRATION OF THE EXPANSION TELEMETRY SYSTEM INFRASTRUCTURE TO THE EXISTING INFRASTRUCTURE. NOTE: CANNOT BE SOLD SEPARATELY, MUST BE SOLD WITH ONE OF THE FOLLOWING P LOCAL STOCK NUMBER: TLM-INT 1.00 EA __________________ __________________ 0057 INSTALLATION CHARGE LOCAL STOCK NUMBER: 2083083-001 1.00 EA __________________ __________________ 0058 NETWORK DESIGN/CONSULT SEG NETWORK - 15+ NODES LOCAL STOCK NUMBER: 2036075-001 35.00 EA __________________ __________________ 0059 NETWORK DESIGN/CONSULT SEG NETWORK - <15 NODES LOCAL STOCK NUMBER: 2036075-034 14.00 EA __________________ __________________ 0060 NETWORK EQUIPMENT W/CISCO (MINIMUM 7 NODES) LOCAL STOCK NUMBER: 2036075-009 49.00 EA __________________ __________________ 0061 NETWORK EQUIPMENT - UPS (PER 20 NODES) LOCAL STOCK NUMBER: 2036075-011 3.00 EA __________________ __________________ 0062 NETWORK EQUIPMENT INSTALL (MINIMUM 7 NODES) LOCAL STOCK NUMBER: 2036075-012 49.00 EA __________________ __________________ 0063 SWITCH/SEGMENT INTEGRATION - FIBER SWITCH PER 11 SEGMENTS LOCAL STOCK NUMBER: 2095405-006 1.00 EA __________________ __________________ 0064 SWITCH/SEGMENT INTEGRATION - DESIGN, SFP, PATCH FIBER & FIBER RUN W/DUST CARTS LOCAL STOCK NUMBER: 2095405-009 3.00 EA __________________ __________________ 0065 NETWORK DROP INSTALL W/CAT5e, DUST CARTS LOCAL STOCK NUMBER: 2036075-018 20.00 EA __________________ __________________ 0066 ROUTER CONFIGURATION BETWEEN THE CARESCAPE NETWORK IX AND THE HOSPITAL NETWORK. INCLUDES GE-PROVIDED ROUTER. LOCAL STOCK NUMBER: NETWORKING INT=B 1.00 EA __________________ __________________ 0067 CONFIGURE IX NETWORK ROUTER TO PATIENT MONITOR TO MUSE LOCAL STOCK NUMBER: ENABLE-BX50-TO-MUSE 1.00 EA __________________ __________________ 0068 CONFIGURE IX NETWORK ROUTER TO CARESCAPE GATEWAY LOCAL STOCK NUMBER: ENABLE-CSG 1.00 EA __________________ __________________ 0069 CARESCAPE NETWORKING DOCUMENTATION KIT AND LABELS LOCAL STOCK NUMBER: 2036075-058 1.00 EA __________________ __________________ 0070 MUSE 8 LOCAL STOCK NUMBER: 2054059-001 1.00 EA __________________ __________________ 0071 ADDL FACILITY MISC PROJECT MANAGEMENT LOCAL STOCK NUMBER: 2089013-071 1.00 EA __________________ __________________ GRAND TOTAL __________________ (vi) Comparable products must be Brand Name in the following specifications: PERFORMANCE BASED WORK STATEMENT 1. GENERAL: The vendor, GE, or equal, shall provide the equipment, upgrades, warranty, and training necessary to update our existing GE Telemetry System as specified in this documentation. Must be an authorized SDVOSB distributor of GE, provide an authorized letter with package submittals. 2. BACKGROUND: The Erie VAMC is located in Erie, PA encompassing acute medical, surgical, psychiatric, and long-term care. The hospital provides primary, secondary, and some tertiary care. Annually, the medical center serves approximately 18,000 patients. 3. PERIOD OF PERFORMANCE: FY 17 Q3/Q4 4. PLACE OF PERFORMANCE: 135 East 38th Street Erie, PA 16504. 5. DAYS AND HOURS OF OPERATION: Monday Friday, 0730 to 1630. excluding federal holidays. 6. EQUIPMENT DESCRIPTION: 7. PERFORMANCE REQUIREMENTS: The Vendor will upgrade our current GE telemetry system including: Software updates to associated telemetry and monitoring software currently being used by the Erie VAMC. This will include upgrades and replacements to computers if needed in order to run new software installments The operating system for the central station computers will be Windows 7, 64 bit. This will include a new server, with an operating system of Windows Server 2012, but no less than Windows Server 2008 or a Linux operating system. The server will be the point of interfacing with VISTA and CPRS. Refer to section 8. SCOPE OF WORK FOR INSTALLATION for information on the installation of the requested equipment. Clinical Training: The Contractor must provide a training program that is coordinated with and timely to the equipment installation, sufficient to the size and scope of the facility s services and minimally equivalent to the terms and conditions for training defined in the Contractor s FSS Contract. Training will be unlimited and include initial setup and user-training; onsite training for go-live support, super user training, and follow-up training. Training will include ongoing customer support after the implementation of the equipment, as well as annual applications training for the duration of the warranty. The following list of equipment will be repurposed by the Erie VAMC: Strip Chart Recorders Telemetry Transmitters Antennas All equipment that is not reused will offered as a trade-in. Urgent Care Center: Eight (8) new B650 physiological monitors with Patient Data Modules (PDM) capable of monitoring end tidal CO2, ECG, SPO2, and noninvasive blood pressure. Two (2) B450 transport monitors, with Patient Data Modules (PDM), capable of monitoring end tidal CO2, ECG, SPO2, and noninvasive blood pressure. All monitors must utilize Masimo technology for SPO2 measurements Vendor will include one (1) set of ECG cables and leads, SPO2 finger sensors, non-invasive blood pressure cuffs of each size, and exhaled CO2 sensors and interconnecting cables for each monitor. One (1) upgraded Central Station (Windows 7, 64 bit), one (1) new laser printer and all interconnecting cables. Vendor will supply an uninterruptable power supply, sized to maintain power to the CIC monitor and computer for a minimum of 10 minutes. Six (6) of the mounts will need to be capable of attaching the headwall rail and 2 of the mounts will need to attach directly to the wall. Unit 5 Acute Care All telemetry transmitters will be compatible and capable of connecting to the GE Healthcare Carescape V100 vital signs monitor and the Dyna Link adapters for the transmission of non-invasive blood pressure values to the central station Vendor will include patient leads and SPO2 sensors and Dyna Link adaptor, and cables, compatible with the GE Healthcare Carescape V100 vital signs monitor, for the telemetry transmitters Two (2) new B450 physiological transport monitors, with Patient Data Modules (PDM), capable of monitoring end tidal CO2, ECG, SPO2, and noninvasive blood pressure. The B450 must have the full arrhythmia package Vendor will include one (2) roll stand for the B450 transport monitor Vendor will include 1 set of ECG cables and leads, SPO2 finger sensors, non-invasive blood pressure cuffs of each size, and end tidal CO2 sensors and interconnecting cables for the B450 transport monitor. One (1) upgraded Central Station (Windows 7, 64 bit), one (1) new laser printer The Central Station (CIC) must have the full arrhythmia capability, 72 hour full disclosure, post-discharge data and all Clinical Tools, ie., care notes, event review, strip reporting, etc. The Acute Care CIC will be interconnected to the CIC in the Urgent Care Clinic and be capable of viewing patients in the Urgent Care Clinic while continuing to monitor all telemetry patients. Vendor will supply an uninterruptable power supply, sized to maintain power to the CIC monitor and computer for a minimum of 10 minutes. Operating Room Four (4) new B850 physiological monitors, with Patient Data Modules (PDM) capable of monitoring end tidal CO2, ECG, SPO2, Smart Anesthesia Modules and noninvasive blood pressure. The B850 monitors will mount to the existing mounts and must have the standard VESA mounting configuration. Three (3) new B650 physiological monitors with Patient Data Modules (PDM) capable of monitoring end tidal CO2, ECG, SPO2, and noninvasive blood pressure. The B650 monitors will require new mounting hardware. The mounts must be capable of being mounted to the wall and capable of Vendor will include 1 set of ECG cables and leads, SPO2 finger sensors, non-invasive blood pressure cuffs of each size, and exhaled CO2 sensors and interconnecting cables for the B450 transport monitor. One (1) new B450 physiological transport monitor, with Patient Data Modules (PDM), capable of monitoring exhaled CO2, ECG, SPO2, and noninvasive blood pressure. Vendor will include 1 set of ECG cables and leads, SPO2 finger sensors, non-invasive blood pressure cuffs of each size, and exhaled CO2 sensors and interconnecting cables for the B450 transport monitor. All monitors must utilize Masimo technology for SPO2 measurements One (1) new B450 Roll Stand Server The vendor will provide and install the server. The server will be physically installed in the Information Technology server core room, which is located in the basement, room B018-1. The server must be 4-post rack mounted, 120 volt Vendor will provide the HL7 interface to VISTA. Must have an operating system of Windows Server 2012, but no less than Windows Server 2008 or a Linux operating system. Biomedical Department One (1) new Central Station, one (1) new laser printer 8. WARRANTY: The Erie VAMC is requesting a 3 year warranty on all new and upgraded equipment. Any equipment that is being reused will not be covered under the warranty. 9. SCOPE OF WORK FOR INSTALLATION The vendor must provide a turn-key installation that must include all hardware, cabling, and accessories for a complete system (excluding devices stated to be reused) including but not limited to servers, monitors, modules, mounts, cabling, switches and uninterruptable power supplies. The following list of equipment will be repurposed by the Erie VAMC: Strip Chart Recorders Telemetry Transmitters Antennas The Vendor will contact the Contracting Officer s Representative (COR), Carol Vance, by phone (814) 860-2404, to arrange for a pre-installation meeting, with all effected services and the vendor. Meeting must occur within 4 weeks after the award of the contract. Installation/Site Preparation: Site preparation specifications must be furnished in writing by the Vendor as a Site Preparation Report after award of the delivery/task order. The Vendor must provide coordinated professional installation and implementation project management services to implement the system specified in the SOW. The Vendor must provide a firm estimate of working days required from date of delivery order to go-live based upon the SOW. The initial installation site report must be provided to the COR no later than two weeks after the per-installation meeting. Vendor must visit the site and agree to the location of equipment and determine specific site prep requirements including but not limited to: Space availability Power availability Configuration of mounts, modules, and peripheral equipment. Infection Control Risk Assessment The telemetry configuration and networking currently not functional will be implemented in the 5th floor acute area. The telemetry central station will have an interconnection with the central station in the Urgent Care Clinic. The vendor will include a gateway server to enable the interface connection of both central stations to VISTA. That connection will not be performed during this installation, but should be capable of that connection in a future project. The Ambulatory Surgery monitors will be connected to the PICIS computers for the transfer of patient data to VISTA. The vendor must provide the drivers for the monitors to interface with the PICIS computers. The vendor will install the antenna and cabling on the 5th floor. The cabling will be run into the Engineering closet, room # SP535-1 and down thru the existing conduit to the 3rd floor Engineering closet, room 351. From the 3rd floor closet the cable will be run above the ceiling and into room 303, which is across the hall from the Engineering closet. The telemetry receivers, filters and power supplies for the filters will be mounted on the East wall of room 303. The existing data drop will be utilized to connect the receiver to the network in room 302 (IT closet). The receiver will use the network cabling to connect to the servers in the IT server core room. Contractor must provide a turn-key installation that must include all hardware, cabling, and accessories for a complete system, including but not limited to, servers, monitors, modules, mounts, cabling, network switches and uninterruptable power supplies. 10. VENDOR RESPONSIBILITIES: All installation of antennas, cabling of antennas, receivers, telemetry peripheral switches will be installed by GE Healthcare. Vendor will perform an RF survey, on Unit 5, prior to installation. Vendor will work with COR and Information Technology Representative to determine the best location for networking components, based on the location of the existing network components. All above ceiling cabling must be tie-wrapped and placed in either the   telephone/data trough, in a conduit, or properly routed through interstitial areas per hospital facilities requirements and local electric codes. Cables must be bundled neatly and in a professional manner especially when cables converge at network hardware. Cables must be marked at each end indicating the termination point of the other end. Any cable run through plenum space must be plenum rated according to NEC and applicable fire codes. Any firewalls that are breached must have the openings sealed with a properly rated fire stop sealant. All networking hardware must be rack mounted in the rooms designated by Facility Project POC or COR to be provided at walkthrough. Network cabling, terminations, and any patch panels used must be Category 6 (Hereafter referenced as CAT6) certified. All cables must be terminated TIA568A in conformance with Telecommunications Industry Association standards. All cable runs must be tested and certified in accordance with TSB-67 and TIA/EIA 568-A or latest TIA/EIA Revisions. The Contractor must provide a copy of all test results along with all cable lengths to the COR in an acceptable electronic format that can be displayed and/or viewed. Contractor must comply with all VA mandated and local permitted/safety requirements. Performance verification will be required at the conclusion of every preventive maintenance and emergency repair event.   This verification procedure may include performance testing for accuracy and precision of the instrument.   If any procedures were performed that would in any way affect the calibration status of the instrument, the results of performance testing must conform to established performance criteria for the instrument. 11. GOVERNMENTS RESPONSIBILITY: Entry into all spaces required to complete the installation All electrical power required for the equipment Any data drops needed for connection to the network Space for the equipment to be installed Storage space for all new/upgraded equipment and during the installation phase a staging area for the vendors tools and equipment. 12. SECURITY: Upon arrival at the VA Medical Center, the vendor shall stop at the VA Police office and obtain a contractor s badge. The vendor will proceed to the areas where the installation will be performed. 13. INFORMATION SYSTEMS SECURITY REQUIREMENTS: 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. ACCESS TO VA INFORMATION AND VA INFORMATION SYSTEMS A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. With regard to background investigation requirements, the Office of Operations, Security, and Preparedness (OSP), has determined it is not required for contract personnel with limited and intermittent access (installation and repairs as required or requested by VA staff as part of the approved contract) to equipment connected to facility networks on which limited VA sensitive information may reside, including medical equipment contractors who install, maintain, and repair networked medical equipment. Therefore, maintenance (warranty) and installation contracts are exempt when a Business Associate Agreement (BAA) is in place. VA INFORMATION CUSTODIAL LANGUAGE Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. If a VHA contract is terminated for cause, the associated BAA must also be terminated and appropriate actions taken in accordance with VHA Handbook 1605.05, Business Associate Handbook. Absent an agreement to use or disclose protected health information, there is no business associate relationship. INFORMATION SYSTEM HOSTING, OPERATION, MAINTENANCE, OR USE Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are: Vendor must accept the system without the drive; VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase. Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then; The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be pre-approved and described in the purchase order or contract. A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed.   The ISO needs to maintain the documentation. SECURITY INCIDENT INVESTIGATION The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. LIQUIDATED DAMAGES FOR DATA BREACH Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. Based on the determinations of an independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: Notification; One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; Data breach analysis; Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. TRAINING Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall complete on an annual basis electronically through TMS either: (i) the VA security/privacy training (contains VA s security/privacy requirements) within 1 week of the initiation of the contract, or (ii) security awareness training provided or arranged by the contractor that conforms to VA s security/privacy requirements as delineated in the hard copy of the VA security awareness training provided to the contractor. If the contractor provides their own training that conforms to VA s requirements, they will provide the COR or CO, a yearly report (due annually on the date of the contract initiation) stating that all applicable employees involved in VA s contract have received their annual security/privacy training that meets VA s requirements and the total number of employees trained. Sign VA s Rules of Behavior: Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign electronically through TMS, on an annual basis, an acknowledgement that they have read, understand, and agree to abide by the VA s Contractor Rules of Behavior through TMS. If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor s designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems. 14. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services in accordance with Performance Based Matrix. 15. INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer s Representative (COR), and submitted to AMANDA.SAUNDERS@VA.GOV A properly prepared invoice will contain: Invoice Number and Date Contractor s Name and Address Accurate Purchase Order Number Supply or Service provided Total amount due 16. Records Management Language for Contracts The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (ix) Evaluation of this requirement will be based on PRICE ONLY. (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: (End of Clause) 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 (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (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: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to amanda.saunders@va.gov and received no later than NOON EST on 9/15/2017. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. NO LATES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Amanda Saunders at amanda.saunders@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PiVAMC646/PiVAMC646/VA24417Q1798/listing.html)
 
Document(s)
Attachment
 
File Name: VA244-17-Q-1798 VA244-17-Q-1798.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789696&FileName=VA244-17-Q-1798-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789696&FileName=VA244-17-Q-1798-000.docx

 
File Name: VA244-17-Q-1798 P03.SSJ.OVER 150K TELEMETRY.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789697&FileName=VA244-17-Q-1798-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3789697&FileName=VA244-17-Q-1798-001.pdf

 
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: ERIE VAMC;135 East 38th Street;ERIE PA
Zip Code: 16504
 
Record
SN04673088-W 20170914/170912232055-6898d8e74de0ef07891257dd72838b72 (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  © 1994-2020, Loren Data Corp.