SOURCES SOUGHT
J -- NEW - Abbott Ensite Annual Service Contract
- Notice Date
- 1/11/2019
- Notice Type
- Synopsis
- 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
- 36C25719Q0251
- Response Due
- 1/16/2019
- Archive Date
- 2/15/2019
- Point of Contact
- Grace.Barr@VA.Gov
- Small Business Set-Aside
- N/A
- Description
- The VA North Texas Healthcare System (VANTHCS), located in Dallas, Texas is seeking a Service Disabled Veteran Owned Small Business (SDVOSB), a Veteran Owned Small Business (VOSB), a Socio-Economic Small Business or a Large Business is authorized to provide the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) is 811219. Any SDVOSB or VOSB firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than 9am Central Time, Jan 16, 2019. Notification shall be e-mailed to Grace Barr, at Grace.Barr@va.gov. DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Notice. Statement of Work (SOW) General: The contractor shall provide a service contract for the Abbott Velocity Amplifier DWS7 v.5.0.0 System and components at the VA Medical Center located in Dallas, TX, which is part of the VA North Texas Healthcare System (VANTHCS). Contractor must provide certificates of authorization to work on medical equipment detailed in the contract. Equipment: The following is the specific equipment covered under this request: Velocity Amplifier DWS7 v.5.0.1 System Serial No. 16983957 Level of coverage: Extended warranty plan Coop Point Pump US IRV Serial No. 16863651 Level of coverage: Extended warranty plan Ampere System Kit Serial No. 16908795 Level of coverage: Extended warranty plan TactiSys Quartz Global Pack Serial No. 32441 Level of coverage: Assurance plus service plan Description of Work: The contractor shall provide all required service, labor, travel, and parts for the VA software and equipment in accordance with the original equipment manufacturer specifications. Reference below for the required service: Service Coverage Assurance Plus Service Plan Extended product warranty: parts replacement coverage Software upgrades Annual preventative maintenance On-site service, priority response level 2 within 48 hours Shipping next business day morning 24/7/365 telephone technical support with St. Jude certified staff Remote system diagnostics and maintenance Loaner system, components, and modules Biomed training course credits Advanced training 10% parts and labor discount Service Coverage Extended Warranty Plan Technology performance package Hardware/software expansion modules Coverage for capital items to include Ampere RF ablation generator, cool point irrigation pump, TactiSys Quarts system, WorkMate Scribe module, EP-4 cardiac stimulator or any transducers Hardware upgrades/revisions Software expansion modules Type of Contract: firm fixed price Hours of Performance: Delivery shall occur Monday Friday during normal duty 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 if applicable description of the service completed list of any parts replaced contract obligation number (549-Cxxxxx) Period of Agreement: Unless otherwise specified, this contract will be for a service period of Feb 1, 2019 through January 31, 2019 and three option years. Place of Performance: VA MEDICAL CENTER in Dallas, TX Contracting Officer Technical Representatives: Prior to contract award, the Contracting Officer shall designate a VA Medical Center employee as the COR. All work coordination shall be made through the COR. The Contractor shall be provided a copy of the letter of delegation authorizing the COR at the commencement of the term of the contract. No other person shall be authorized to act in such capacity unless appointed in writing by the Contracting Officer. 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 will 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. RECORDS MANAGEMENT STATEMENT All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTXHCS) and must 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 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q0251/listing.html)
- Record
- SN05192823-F 20190113/190111230014 (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 |