Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 22, 2019 FBO #6300
SPECIAL NOTICE

J -- Intent to Sole Source to Ominicell Preventative Maintenance and Emergency Services

Notice Date
2/20/2019
 
Notice Type
Synopsis
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 16;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
ZIP Code
77030 4298
 
Solicitation Number
36C25619Q0461
 
Archive Date
3/22/2019
 
Point of Contact
713-794-7408
 
Small Business Set-Aside
N/A
 
Description
NOTICE OF INTENT TO AWARD SOLE SOURCE The Central Arkansas Veterans Healthcare System (CAVHS), Little Rock, AR 72205 intends to solicit and negotiate a Sole Source, Firm-Fixed-Price contract with a base year and four one year option periods with one Large Business (LB) source, Omnicell, Inc. The procurement is for Preventative Maintenance and Emergency Services and software to maintain the government Ominicell systems located at North Little Rock and Little Rock locations. Omincell, is the original equipment manufacturer (OEM) for the equipment listed below. Nomenclature Product Code Quantity OMNIRX-TT G4 MDA-FRM-006 20 ANYWHERERN MSA-LIC-001 20 FLEXLOCK WITH TEMPCHECK MSA-OPT-001 3 OMNICENTER REMOTE ACCESS OCRAB 1 ONE-CELL OMNISUPPLIER G4 SDA-FRM-001 4 ONE-CELL RX G4 MDA-FRM-001 4 One-Cell MED XT MED-FRM-101 2 TWO-CELL OMNISUPPLIER CT OSCT224RX 4 3-CELL OMNISUPPLIER G4 SDA-FRM-003 9 3-CELL RX G4 OSCT344RX 3 PROFILE DRIVEN OPTION OSPPO 27 ONE-CELL OMNISUPPLIER AUXILIARY OX104 1 ONE-CELL OMNISUPPLIER AUXILIARY OX104RX 1 TWO-CELL OMNISUPPLIER AUXILIARY OX224 5 TWO-CELL OMNISUPPLIER G4 SDA-FRM-002 1 3-CELL OMNISUPPLIER AUXILIARY OX344 7 OMNIEXPLORER OEXPLCT 28 MEDICATION LABEL PRINTER MDA-PNT-002 3 PROFILE DRIVEN OPTION MED-LIC-004 2 OC REMOTE ACCESS OMC-LIC-006 1 OMNICENTER BASE HW UPG OMC-SRV-061 1 OMNIRX-TT G4 MDA-FRM-005 1 SAFETYSTOCK THERMAL PRINTER OMC-PNT-001 1 OMNICENTER BASE HW UPG OMC-SRV-037 1 SINGLEPOINTE SP 1 SV-FLEXLOCK W/TEMPCHECK 12FT MSA-OPT-015 1 SV-FLEXLOCK W/TEMPCHECK 50FT MSA-OPT-014 2 The North American Industry Classification (NAICS) code for this acquisition is 811219, Other Electronic and Precision Equipment Repair and Maintenance. This purchase will be made under Simplified Acquisition Procedures and Other than Full and Open Competition, as authorized by FAR 6.302-1 and in accordance with FAR 13.106-1(b). The anticipated award date is 1 February 2019. The Government intends to award a Firm-Fixed-Price contract, in accordance with FAR 16.202-1. Please note that this is not a request for competitive quotes and is being posted for informational purposes only. Interested parties may identify their interests and capability to respond to this requirement within fifteen (15) calendar days of the publication of this notice. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Interested parties shall submit clear evidence with an AUTHORIZATION LETTER from Original Equipment manufacturer (OEM) Omnicell. Interested parties shall submit clear evidence with the capability to provide the following for preventive maintenance and emergency services to maintain the Omnicell Systems at the Little Rock / North Little Rock, Ar. Locations. The following are the main requirements, followed by the tasks. Maintain systems with a better than 96% up time. Includes all materials and labor to keep the equipment in good operating condition, not including batteries or other consumables. Repair/Replacement parts will be on site Includes telephone support within 30 minutes, Monday thru Friday 6AM to 6PM Central Standard Time(CST) and 2 Hours response 6PM to 6 AM CST Monday thru Friday plus Saturday and Sunday Includes on-site emergency response within 6-hours of call, seven days a week, twenty-four (24) hours a day. Access to factory technical support during business hours, Monday Friday 8:00 AM 5:00 PM. CST Includes all emergency and non-emergency service and travel expenses. During the performance of this SOW, the contractor shall not disable or de-energize the electrical system without direct approval from the Engineering Chief. The contractor may have access to the building during working hours and non working hours in accordance with the CAVHS security measures in place. After award of the purchase order, the contractor shall coordinate all onsite access with the Contract Officer Representative (COR). The contractor shall perform a walk-through with the COR after each visit. NOTE 1: Contractor shall be an authorize Contractor, trained technician, possess licenses and certification for proprietary equipment and services to meet all government requirements and objectives. NOTE 2: Contractor shall be an OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services contracts for maintenance of equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the supplies, equipment and/or services contracts for maintenance of equipment shall be in accordance with the OEM terms and conditions. NOTE 3: The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Contractor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA facility upon discovery of such items. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. A determination by the Government not to compete this proposed purchase order based upon response to this notice is solely within the discretion of the Government. No reimbursement for any cost connected with providing capability information will be provided. Questions regarding this notice should be sent to Contracting Officer Anthony Marion no later than February 25, 2019 by 9:00am (cst) at anthony.marion2@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-FEB-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/HoVAMC/VAMCCO80220/36C25619Q0461/listing.html)
 
Record
SN05226970-F 20190222/190220230018 (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.