Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
DOCUMENT

J -- Phoenix VA Healthcare System Requirement for VascuPro and VascuBase Software Support on government owned Consensus Medical Systems - Attachment

Notice Date
11/7/2019
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25820Q0034
 
Response Due
11/14/2019
 
Archive Date
12/14/2019
 
Point of Contact
Sheri Eiri, Contract Specialist
 
E-Mail Address
SHERI.EIRI@VA.GOV
(sheri.eiri@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.   It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.   Requests for a solicitation will not receive a response.   Responses to this Sources Sought must be in writing.   The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below.   Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition.   Responses to this notice shall include the following: (a) Company Name (b) Address (c) Point of Contact (d) Phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-Owned Small Business, Small Business or Large Business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Responses to this notice shall include the following: (a) Company name (b) Point of contact (c) Phone and email (d) Type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-owned Small Business, Small Business or Large Business The Phoenix VA Healthcare System located in Phoenix, Arizona has a requirement for VascuPro and VascuBase Software Support on government owned Consensus Medical Systems.   The uptime of the Vascular Lab is critical to patient care. The Vascular Lab uses VascuPro for post-processing vascular images and dictating diagnoses. The manufacturer, Consensus Medical Systems, will not provide support without a service contract. There is no one else who can provide support except for the original equipment manufacturer due to the proprietary nature of the software. Required Services The Contractor shall be responsible for responding to support calls. Response time shall be 30 minutes from the time of the call. The Contractor shall provide the Agency with a toll-free number to call for support. The Contractor shall be responsible for all updates The Contractor shall verify that the equipment that was serviced is fully functional before closing out the call. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency, see paragraph 4. Service technicians shall be trained by Consensus Medical Systems to perform any services/maintenance on the enclosed specified equipment. Contractor shall provide documentation/copy of certification with proposal submittals and upon award. Noncontract Charges: The contractor shall not perform any services that shall result in additional charges without prior approval from the Contracting Officer. Payment: Payment shall be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice shall include the correct payment address. Failure to carry out the above procedures shall be considered as a failure to document the service visit and shall constitute a failure to perform. This contract shall provide for the addition and removal of equipment covered in the scope of services Deliverables Filed Service Reports shall be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and Shall contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Security: Security Requirements for Unclassified Information: 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. In reference to VHA Handbook 6500.6 Appendix A, Block 7, the equipment (or service) involves (or does not involve) storing, generating, transmitting, or exchanging VA sensitive information. Therefore, the following from Appendix C apply: A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order. Custom software development and outsourced operations must be located in the U.S. to the maximum extent practical. If such services are proposed to be performed abroad and are not disallowed by other VA policy or mandates, the contractor/subcontractor must state where all non-U.S. services are provided and detail a security plan, deemed to be acceptable by VA, specifically to address mitigation of the resulting problems of communication, control, data protection, and so forth. Location within the U.S. may be an evaluation factor. The contractor or subcontractor must notify the Contracting Officer immediately when an employee working on a VA system or with access to VA information is reassigned or leaves the contractor or subcontractor s employ. The Contracting Officer must also be notified immediately by the contractor or subcontractor prior to an unfriendly termination. All contracted personnel requiring access to VA facilities more than two consecutive days, must complete VHA privacy training, course VA10203. All service agents having access to protected health information (PHI) in the performance of their official duties or have access to VA systems (e.g. CPRS or Vista Web) must provide proof of training upon request. VA Privacy Training is available from the TMS website at: https://www.tms.va.gov. A local Business Associate Agreement between Consensus Medical Systems and the Phoenix VA HCS exists and is on file locally, which governs VA information sharing with contractor. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Risk Control: The Contractor shall be escorted by the Agency. The Contractor shall need passes from the on-station Police Department. Performance Monitoring: The Agency shall oversee work done by the contractor and accept the quality of work as appropriate. Over and Above Repairs/Emergency Maintenance Contractor and Biomedical Engineering shall maintain the equipment in accordance with equipment Specific Task, paragraph 3. Contractor shall provide unlimited telephone technical support and onsite service calls. These service calls shall be used for any maintenance or repair service as determined by Biomedical Engineering. Telephone Response Time: Contractor 's FSE or Technical Support shall respond by telephone to Biomedical Engineering within four (4) hours after receipt of telephone notification during normal duty 7:00am-4:00pm local time Monday through Friday. For the enclosed equipment listing emergency services, repairs and maintenance that are over and above the PWS, if quote pricing is within the COR s Government Purchase Card (GPC) threshold, the COR will authorize payment. up to $10,000 due to the Service Contract Act limit. For emergencies over the COR s GPC threshold, only the Contracting Officer(CO) is authorized to approve contract modifications. Additional services shall be approved by the Contracting Officer prior to the contractor initiating any work. The contractor shall provide an on-schedule-quote to both the CO and COR for review and consideration. Additional funding will be provided by the facility as-needed for payment. Once an emergency modification has been issued to the contractor, the FSE shall be on site within 48 hours of modification emergency notification. Any work to be performed, which is not covered by this PWS, SHALL be approved by the Contracting Officer, through a modification, prior to the work being performed. Guarantee The contractor shall guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days Place of Performance: Delivery of services shall be coordinated through the Biomedical Engineering located at: Phoenix VA Health Care System 650 E. Indian School Rd. Phoenix, AZ 85012 Hours of Coverage: Normal hours of coverage are Monday through Friday from 7:00 am to 4:00 pm local time. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the SME in coordination with the COR. Work performed outside the normal hours of coverage shall be approved by the Contracting Officer. Funding for services that are outside the normal coverage hours or on holidays shall have approved modification prior to any service being allowed. NOTE: All hardware/software modifications, upgrades, updates, enhancements, installations etc., for the enclosed inventory listing shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays observed are located at the following link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ Period of Performance: Base Year: 1/1/2020-12/31/2021 Option Year 1: 1/1/2021-12/31/2022 Option Year 2: 1/1/2022-12/31/2023 Option Year 3: 1/1/2023-12/31/2024 Option Year 4: 1/1/2024-12/31/2025 IMPORTANT INFORMATION:   The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request.   This notice does not commit the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.   The Government will be restricted to this information to match information to a possible solicitation.   Public Law 109-461 mandates the VA to consider a total set-aside for Service Disabled Veteran Owned Small Business set aside.   However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined.   There is no anticipated sub-contracting opportunity for this procurement.   Notice to potential offerors: All offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov before responding to any Government inquiry.   Additionally, all Service-Disabled Veteran-Owned Businesses or Veteran-Owned Small Businesses who plan to submit an offer must have an active registration with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.   Please contract Sheri Eiri, Contract Specialist at sheri.eiri@va.gov.   All responses must be received in writing no later than Thursday, November 14, 2019 by 12:00 pm.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25820Q0034/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25820Q0034 36C25820Q0034.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5217544&FileName=36C25820Q0034-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5217544&FileName=36C25820Q0034-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;650 E. Indian School Road;Phoenix, Arizona
Zip Code: 85012
 
Record
SN05492274-W 20191109/191107230931-b7e9b17383f59e869a2a160738f444ae (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  © 1994-2020, Loren Data Corp.