Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2018 FBO #6111
DOCUMENT

Q -- Service: Ambulatory Cardiac Telemetry - Attachment

Notice Date
8/15/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8;Commerce Building;300 E. University Ave. Ste. 180;Gainesville FL 32601-3460
 
ZIP Code
32601-3460
 
Solicitation Number
36C24818Q9522
 
Response Due
9/5/2018
 
Archive Date
11/4/2018
 
Point of Contact
BRIAN WERNER
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 2 of 8 Original Date: 10/12/17 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24818Q9522 Posted Date: 08-15-2018 Original Response Date: 09-05-2018 Current Response Date: 09-05-2018 Product or Service Code: Q702 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 334510 Contracting Office Address Network Contracting Office 8, 300 E. University Ave, Ste 180, Gainesville, FL 32601 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 500 employees. The North Florida/South Georgia Contracting Office is seeking to ambulatory cardiac telemetry monitoring services. All interested companies shall provide quotations for the following: Services Line Item Description Quantity Total Price CLIN 0001 Base Year: Ambulatory Cardiac Monitoring Service, 10-01-2018 09-30-2019 12 months CLIN 0002 Option Year 1: Ambulatory Cardiac Monitoring Service, 10-01-2019 09-30-2020 12 months CLIN 0003 Option Year 2: Ambulatory Cardiac Monitoring Service, 10-01-2020 09-30-2021 12 months CLIN 0004 Option Year 3: Ambulatory Cardiac Monitoring Service, 10-01-2021 09-30-2022 12 months CLIN 0005 Option Year 4: Ambulatory Cardiac Monitoring Service, 10-01-2022 09-30-2023 12 months STATEMENT OF WORK Ambulatory Cardiac Telemetry Scope of Work: Ambulatory Cardiac Telemetry for patients experiencing intermittent symptoms, such as palpitations, syncope, dizziness and shortness of breath. Patients are provided with a sensor and cell phone and monitored in real time via an embedded algorithm and cellular communication. The device must have auto-trigger and auto-send functionality which automatically and instantly detects and transmits both symptomatic and asymptomatic arrhythmia without any patient intervention required. The device must auto-trigger for atrial fibrillation, tachycardia, bradycardia, and pause. Patients must also have manual activation access to transmit the ECG data to the contractor s clinical monitoring facility. Upon transmission of the data to VA clinical monitoring facilities, VA clinicians will interpret the ECG and provide a preliminary finding and send the results back to the clinician for review and final diagnosis. Patients enrolled by the Gainesville VA clinic in the monitoring service will be shipped a device including all supplemental equipment (i.e. batteries, electrodes, and instructions) for a period up to 28 days of monitoring. Telephone hook-up and baseline on the device will be scheduled with the contractor following confirmation of mailing address and receipt of the device at the patient s physical address. Once the patient has activated the service and successfully baselined the device, the contractor will monitor the patient continuously. The patient is responsible for ensuring the cell phone remains charged, the batteries for the sensor are changed when needed, and the device is shipped back to the contractor in a shipping package provided with the kit. The Gainesville VA Medical Center will establish physician notification criteria for office-hour, 24-hour, and emergency criteria in order to effectively triage data and ensure appropriate patient care. The contractor will post all reports on a secure, HIPAA-compliant website for retrieval and download to VA systems. The website must be accredited by the Department of Health and Human Services. Data Management: 1. Data Transmission - A phone is provided in the kit that automatically sends data to the clinical monitoring facility. 2. ECG Evaluation - Once the ECG data is processed, converted, and ready for evaluation, the company alerts the VA by two methods. The company must call the cardiology department and send the data via fax for prompt evaluation based upon the physician notification criteria referenced above. 3. Documentation - Quality of data must be tested initially when the electrodes are first attached to the patient. The contractor will test the device as well as transmission to the company with the initial baseline The website must be able to enable cardiologists to have access to the patient s transmission reports available 24 hours a day at the physician s convenience. The site must provide the following data: Enrollments - Ability to enroll patients directly online. Reports Access to patient reports. Reports must be sortable by preference and printed individually or in a batch mode. Contact Us Ability to communicate directly to contractor s customer service. Account Info Ability to view or change account set-up and preferences. When the data is interpreted by the cardiologist, a computerized result is generated and added to the VA clinical records. Results must be available within 3-5 days after the final evaluation period. Privacy Requirements: The contractors 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. The contractor shall request logical (technical) or physical access to VA information and VA information systems for their employees and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. Information made available to the contractor 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). VA information should not be co-mingled with any other data on the contractors/subcontractor s information systems or media storage systems to ensure VA requirements related to data protection and media sanitization can be met. VA reserves the right to conduct onsite inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. 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 shall immediately notify the Cardiology Program Coordinator, 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. 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. The contractor shall provide notice to VA of a security incident as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination The contractor shall provide to the Contracting Officer s Representative a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. This is only required for contractor employees that are requiring access to VA information and VA information systems. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. Records Management Language for Contract (NARA): 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. Place of Performance Address: 1601 SW Archer Road, Gainesville, FL Postal Code: 32608 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable.     Evaluation Criteria: A firm-fixed price contract will be awarded to the Lowest Priced Technically Acceptable (LPTA) offer. The following factors will be considered in the evaluation of quotes received under this solicitation. To be considered technically acceptable, the quote must include all items as described in Factors 1 & 2, and in the requirements of the solicitation. FACTOR 1: TECHNICAL & MANAGEMENT APPROACH - The Offeror's quote shall disclose the technical ability in as much detail as possible, including, but not limited to, the requirements in this section of the RFQ. The technical ability should be specific, detailed and complete enough to clearly and fully demonstrate that the offeror thoroughly understands the intent of the Statement of Work (SOW). Stating that, the offeror understands and shall comply with the SOW, or paraphrasing the SOW, or parts thereof, is considered inadequate. a. Provide information on your company s ability to perform the services as described in the SOW. b. Submit a copy of liability insurance. c. Provide organizational chart, resumes of key personnel, and certification and/or licenses required to perform the services. d. If a subcontractor is utilized, include with your quote a letter identifying a full understanding of the following clauses, to include percentages for the prime contractor and any anticipated subcontractor(s): FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside FACTOR 2: TOTAL EVALUATED PRICE - All pricing will be evaluated on a total price basis. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items - January 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items January 2017 Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items January 2017 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders November 2017 The following subparagraphs of FAR 52.212-5 are applicable: 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) 52.219-28, Post Award Small Business Program Representation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-21, Prohibition of Segregated Facilities (APR 2015) 52.222 26, Equal Opportunity (SEP 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) 52.222-41, Service Contract Labor Standards (MAY 2014) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) 52.237-11, Accepting and Dispensing of $1 Coin (SEP 2008) All offers shall be sent to the North Florida/South Georgia Contracting Office 8 via email to Brian Werner, brian.werner1@va.gov, Contract Specialist. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 16:00 EST on 05 September 2018 at brian.werner1@va.gov, to Brian Werner, Contract Specialist, NF/SG Contracting Office, 300 E. University Ave, Ste 180, Gainesville, FL 32601. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mail, mail, or hand-delivery is acceptable, faxed offers will not be considered. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Brian Werner, brian.werner1@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANFSGHS/DVANoFSoGHS/36C24818Q9522/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24818Q9522 36C24818Q9522.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4544161&FileName=36C24818Q9522-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4544161&FileName=36C24818Q9522-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05038435-W 20180817/180815231221-744ba9575b9947ad13322909e704ef28 (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.