DOCUMENT
J -- Provide maintenance and repair services for the Pinnacle Professional Treatment Planning System - Attachment
- Notice Date
- 5/8/2018
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- 36C25718Q0555
- Response Due
- 5/14/2018
- Archive Date
- 7/13/2018
- Point of Contact
- Dewayne L. Knowles
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 811219 and sized standard is $20.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: To provide maintenance and repair services for the Pinnacle Professional Treatment Planning System at North Texas Health Care System. See Description of Services Section. Anticipated period of performance: August 02, 2018 to August 01, 2021 plus two (2) one-year options. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Description of Service Section. Include any certifications/qualifications for accomplishing repairs and maintenance on the Hill-Rom medical equipment listed in Statement of Work and any authorization to service this equipment on Philips Electronics North America Corporation letterhead; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Dewayne.Knowles@va.gov and Victoria.Rone3@va.gov with the subject line "Sources Sought, 36C25718Q0555, Pinnacle Services Contract/your company name" by 4:30 P.M. CT on May 14, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Description of Services STATEMENT OF WORK - PHILIPS PINNACLE PROFESSIONAL SYSTEM DESCRIPTION OF WORK The contractor shall ensure that the services carried out under this agreement are carried out in accordance with the common rules of good workmanship standards. All products are updated if necessary and repairs and updates are performed to preserve the products original safety agency certifications and comply with all technical standards defined by the American College of Radiation Oncology. The equipment covered under this agreement is 1 Pinnacle Professional System including 8 Virtual Client Connections (VCC) extra access points, and 3 VCCs located in the Radiation Oncology Department at the VA North Texas Health Care System, Dallas, TX 75216. IS Primary RightFit Service Agreement for the Pinnacle Professional System - The contractor shall provide the following: Priority scheduling for service calls and access to spare parts inventory. Priority Remote Service Response. All labor and travel during standard hours of coverage - Monday Friday 8am-5pm, excluding holidays. One-hour initial response with four-hour on-site response. All spare parts that fail during normal use. (excludes consumables) Parts delivery by 10:30am next day. Lifecycle Catalogue discount of 15% excluding UPS. Equipment planned maintenance services per Philips manufacturer specifications performed during standard hours of coverage. Proprietary operating system software enhancements without hardware changes (excludes software upgrades). Unlimited technical services (24x7) and Clinical Applications telephone support (Mon-Fri 8am-5pm). Remote Service Support. Remote Proactive Monitoring (requires connection to Philips Remote Service network). In connection with this agreement Phillips disclaims all warranties, expressed or implied, including all implied warranties of merchantability and fitness for a particular purpose. Phillips s sole obligation shall be limited to reasonable effort to provide service as stipulated in this Agreement. Repair estimates - If the cost to repair a product exceeds the flat rate, a written itemized estimate shall be presented to VANTHCS for approval. TASKS General: The contractor shall provide all labor, equipment, supervision and expertise, to provide maintenance services for the equipment list within the Statement of Work: the (Pinnacle Professional Treatment Planning System and server ID# EE#115227, located in room 1C-122 for the VANTHCS. Description of Work: The contractor shall provide all required service and parts for the VA equipment in accordance with the original equipment manufacturer specifications. Reference below for equipment type and the required service: Equipment: Pinnacle Professional Treatment Planning System Equipment Manufacturer: Philips Equipment Model: 9.6 Site #: 67036284 S/N: 459800660031 VA Equipment ID #: 115227 Location: 1C-122 WORK HOURS AND PERIOD OF PERFORMANCE: Normal Work Hours: The service schedule shall be developed between the contractor and Contractor s Representative (COR) prior to any service being performed. The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 PERIOD OF PERFORMANCE: Base Year 08/02/2018-08/01/2019 Option Year 1 08/02/2018-08/01/2020 Option Year 2 08/02/2018-08/01/2021 QUALITY ASSESSMENT The Government shall monitor the contractor s performance under this contract using the QA procedures established by the VANTHCS Radiation Oncology Service pursuant to addendum 52.212-4. Additionally, the contractor s performance is subject to scheduled and unscheduled review by the COR and AR 40-68. The contractor shall have an internal quality control procedure which shall ensure the contractor's work shall be at a level commensurate with the technical standards of the American College of Radiation Oncology. CONTRACTOR REPRESENTATIVE The Contractor shall designate, in writing, at least 5 working days prior to commencement of services, an on site representative for contract coordination and implementation. Changes in the on site representative, at any time after the contract commencement, shall require the Contractor to notify the Contracting Officer of the new authorized representative five working days prior to said change. This notification shall be in writing and shall state the name of the new on site representative. The contractor s representative shall be available to meet with the Contracting Officer s Representative (COR) at the VANTHCS or via phone when requested by the COR to discuss any problems that the facility may be experiencing during the performance of this contract. Problems experienced by the Government with the contractor s performance shall be discussed and resolved. Unresolved problems shall be referred to the contracting officer for resolution. Information technology security requirements: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract shall be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required. SECURITY STATEMENT: Sensitive VA information is contained within the systems covered by this contract. Biomedical Engineering shall perform virus scans on all removable media prior to use on VA medical equipment. This includes all types of removable media, including media (e.g., USB devices, CDs, dongles, etc.) that has been issued by VA, media not issued by VA, and media brought in by vendors or independent service organizations. Within accordance of VA Directive 6500, Information Security Program, September 2007 The Vendor shall not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information. During onsite service, the Vendor shall be chaperoned by VA Personnel. However, the vendor shall not be issued a UserID/Password. Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction shall be by degaussing. Other forms of cleansing shall be used for non-magnetic media. The vendor shall have remote access to complete the repair(s) and preventive maintenance. The vendor shall sign a Business Associate Agreement with the VA. The COTR or designee is responsible for the actions of the vendor during the repair. Because the Vendor is chaperoned the vendor does not need to take VA Privacy or Information Security training. A background investigation is not required. The Vendor and all VA employees are required to immediately report any security violations to the Information Security Officer. No other security statements are required. RECORDS MANAGMENENT STATEMENT: All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and shall be returned to VANTXHCS at the end of the contract or destroyed in accordance to the VHA Record Control Schedule (RCS)10-1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 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 or identified in the RCS 10-1. 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 shall 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 shall 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. Safety Requirements: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work, and hold the Contractor in default.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0555/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q0555 36C25718Q0555.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288343&FileName=36C25718Q0555-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288343&FileName=36C25718Q0555-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q0555 36C25718Q0555.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4288343&FileName=36C25718Q0555-000.docx)
- Place of Performance
- Address: North Texas Health Care System;4500 South Lancaster Road;Dallas, TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN04914266-W 20180510/180508230925-9b0a1d2c30e6c82b915a3a3435e8e752 (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 |