Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2019 FBO #6463
SOLICITATION NOTICE

70 -- upgrading legacy sytem

Notice Date
8/2/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
 
ZIP Code
95652-2609
 
Solicitation Number
36C26119Q0896
 
Response Due
8/1/2019
 
Archive Date
9/30/2019
 
Point of Contact
Deborah Sosa
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of Page 11 of 11 Page 1 of COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C261-19-Q-0896 Posted Date: 7/18/2019 Original Response Date: 08/01/2019 Current Response Date: 08/01/2019 Product or Service Code: 7010 Set Aside: 100% SDVOSB set side NAICS Code: 541512 Contracting Office Address NCO 21 3230 Peacekeeper Way Bldg. 209 McClellan, CA 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 2019-02(effective 5 June 2019). The associated North American Industrial Classification System (NAICS) code for this procurement is 541512, with a small business size standard of $27M. The VA Central California Health Care System Fresno is seeking an upgrade be made and delivered for installation by construction contractor. STATEMENT OF WORK This requirement is for brand name only - GE Carescape Networking Implementation and Design BACKGROUND The VA Central California Health Care System (VACCHCS) is in the process of upgrading our GE Physiological Monitoring system to meet clinical standard of care at the Medical Center in Fresno. This upgrade and expansion will give our staff better tools and resources to provide more effective care for our Veterans. System upgrade and equipment installation require a redesigned and expanded network infrastructure. The Contractor shall design and construct the expanded Carescape network to integrate with the medical center s existing GE Carescape network. The Contractor shall integrate government-furnished equipment with the Carescape network and provide all the necessary network components. SPECIFICATIONS This network implementation will reorganize, design and expand the current network infrastructure as site preparation for Fresno VAMC for installation of GE Physiological Monitoring equipment. Site-specific requirements: All of the following work will be done in Fresno VAMC, Building 1. The main communication closet for all of 5th floor physiological monitoring equipment is on 5th floor, West wing (5th-floor Comm closet). Government-furnished equipment will be installed in the emergency department in the basement (ED), 2nd-floor cardiac catheterization lab (Cath Lab), 3rd-floor operating rooms (OR) and perioperative spaces (Periop), 5th-floor west wing (ICU/SD), and 5th-floor east wing (Med/Surg). Currently, physiological monitoring at VACCHS is accomplished with GE networked wall-mounted monitors, transport monitors, and telemetry. The original equipment manufacturer (OEM) of the awarded upgrade equipment is GE Healthcare, Inc. Thus, the Contractor must be able to interface with GE Healthcare s proprietary physiological as well as designing a network infrastructure to be compliant with the requirement of GE Healthcare s equipment. SPECIFIC TASKS The current, existing telemetry servers in 5W-511 shall be relocated to the 5th-floor Comm closet (5W-544). Central monitoring stations shall be installed in ICU/SD. 13 bedside monitors (GE B650), 1 laser printer, and 2 central monitoring stations shall be installed and configured the ED. The network switch supporting this equipment shall be installed in the basement comm closet (1-13A). 1 central monitoring stations and 2 bedside monitors (GE B650) shall be installed in the cardiac catheterization lab on 2nd floor. 14 bedside monitors (GE B850) and 4 central monitoring stations shall be installed in the west wing of the 5th floor (ICU/SD). 4 A-field, 4 B-field, 4 C-field, and 3 D-field telemetry antennas shall be installed in ICU/SD. 5 A-field, 4 B-field, 3 C-field, and 4 D-field telemetry antennas shall be installed in Med/Surg. 6 bedside monitors (GE B850) shall be installed in the OR and Periop spaces. The Contractor shall provide all necessary Cisco network switches, gateways, and routers to be installed in communications closets closest to the ED, Cath Lab, ICU/SD, and Med/Surge. The Contractor shall design the data network infrastructure based on consultations with the Government s Contracting Officer Representative. The Contractor shall supply all materials required to implement VACCHCS s existing physiological network infrastructure as specified below. The work done by the Contractor will be within the designated areas of the facility, which includes the server room, specified Communications closets on certain floors; basement, 2nd, 3rd, 5th. The Contractor will pull any existing fiber in specific areas to have clear access to implement the new network. The Contractor will perform the network fiber run installation necessary for the specific areas of the facility. The network drops will be installed in specified areas; dual network drops will be installed in the Basement and 3rd floor. The Cisco switches will be installed, replacing our current switches within the 2nd and 3rd floor Communications closets. The Contractor will be responsible with providing the network integration between the IX and VACCHCS s network by installing the Integrated Services Router (ISR) housed in our Server Room. The Contractor will provide their routed network solution to connect our GE patient monitoring system to the VACCHCS s Electronic Medical Record System (EMR) and the Computerized Patient Record System (CPRS). PERFORMANCE & MONITORING The contractor should warrant that the product is free from manufacturing defects in material and workmanship under normal use and service for a specified period from the date of delivery. Contractor shall replace or repair equipment if necessary to the satisfaction of the Government. During installation testing, it must be confirmed that the network infrastructure is set up properly to function as it is intended. Contractor shall provide a copy of the written warranty upon acceptance of the equipment. All labor, time, materials, equipment, travel, service manuals and supplies necessary to keep equipment operational during the warranty period shall be included. The contracting officer representative (COR) shall monitor performance through routine inspections and maintain copies of all service records. Any issues will be brought up to contractor s service manager. SECURITY REQUIREMENTS The Contractor shall adhere to all VA information and physical securities requirement about HIPAA. GOVERNMENT-FURNISHED EQUIPMENT (GFE) / GOVERNMENT-FURNISHED INFORMATION The VACCHCS shall provide: Access for the Contractor to get into all designated work areas for the implementation of this project. Supervision for Communication closets Ladders, carts, as necessary OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS Identification of Possible Follow-Up Work No follow-up work is expected. Identification of Non-Disclosure Requirements The Contractor must follow all HIPA rules, regulations and restrictions regarding disclosure of any personal identifying information observed during the service of the equipment. Packaging, Packing, and Shipping Instructions The Contractor shall deliver all necessary items to VACCHCS s Medical Center in 3 weeks advance of scheduled implementation. PLACE OF PERFORMANCE Installation will take place at the VA Central California Health Care System (2615 E. Clinton Ave, Fresno, CA 93703-2223). All interested companies shall provide a quote for the following: Supplies/Equipment Item # Description/Part Number* Qty UI Price Extended Amount 1 Network Design/Consult Seg Network - 15+ Nodes 46   2 Network Design/Consult Seg Network- <15 Nodes 28   3 Network equipment w/ Cisco 74   4 Network Equipment-UPS 5   5 Network Equipment Install 74   6 Switch/Segment Integration- Fiber Switch 2   7 Network Fiber Run Install-Dust Carts 5   8 Network Drop Install w/Cat6, Dust Carts 146   9 NETWORKING INT=B Router Configuration between the CARESCAPE Network IX and the Hospital Network 2   11 Routed Network Connectivity Solution for B40/B105/B125 Monitors to EMR 2   10 CARESCAPE Networking Documentation Kit and Labels 1   Award shall be made to the quoter, whose quotation, offers the best value to the government. The government will evaluate information based on the following evaluation criteria: (1) meeting or exceeding the requirement, and (2) price. The following factors shall be used to evaluate offers: Technical: The vendor s quote must contain all the required an exact match for the designated items listed above. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered providing all required specifications for the designated items, not just price alone. The technical ratings are defined as follows: Acceptable: Quote clearly contains all the required specifications for the designated line item descriptions of the solicitation. Unacceptable: Quote does not clearly meet the specifications and line item descriptions of this solicitation. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. 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 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors Commercial Items (OCT 2018) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (OCT 2018) FAR 52.216-1, Type of Contract (Apr 1984) Firm Fixed Price Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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 FAR contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) FAR 52.214-21 Descriptive Literature (APR 2002) Alternate I (APR 2002) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (May 2019) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 14, 21, 22, 25, 26, 27, 28, 30, 33(i), 42. 47 ALT III, 49 and 55 are considered. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70 Commercial Advertising (May 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (Nov 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) The following VAAR solicitation provisions apply to this acquisition: VAAR 852.215-71 Evaluation Factor Commitments (Dec 2009) Grey Market Prevention Language (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical 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 medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) 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 Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. All quoters shall submit the following: one copy of their best and final quote. All quotations shall be sent electronically to: Deborah Sosa, email: deborah.sosa@va.gov This is an open market combined synopsis/solicitation for GE Carescape Upgrade as defined herein. The government intends to award a purchase order because 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:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 8/1/2019, 4:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, deborah.sosa@va.gov before 8/1/2019, 4:00 p.m. Pacific Time. Point of Contact: Deborah Sosa, Contract Specialist, Phone: 916-923-4564, deborah.sosa@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-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/VANCHCS/VANCHCS/36C26119Q0896/listing.html)
 
Place of Performance
Address: VA Central California Health Care Systems;VA Fresno;2615 East Clinton Ave;Fresno, CA
Zip Code: 93703
Country: USA
 
Record
SN05391314-F 20190804/190802230049 (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.