Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOURCES SOUGHT

J -- Sources Sought

Notice Date
2/27/2020 8:36:49 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25620Q0373
 
Response Due
3/6/2020 8:59:59 PM
 
Archive Date
05/05/2020
 
Point of Contact
Shawn Vanzandtshawn.vanzandt@va.gov
 
E-Mail Address
shawn.vanzandt@va.gov
(shawn.vanzandt@va.gov)
 
Awardee
null
 
Description
The purpose for this source sought notice is to locate interested companies that can furnish the REQUIREMENTS listed in the PWS that is attached. Offeror's capability to meet this requirement including any current contracts with more than 2 years of Period of Performance (Civilian or Government) to include meeting the below listed accreditations or similar standards, facility description, capabilities, and certifications. Responses must show clear and convincing evidence that your company and its employees have the capabilities, training, and qualifications to provide this service to be considered as a source. The following information is requested in a response to this RFI: 1. General Company information- Offeror's company name, DUNS, full address, point of contact, title, phone number, and email address. Name: Address: Contact Person: Phone number: Email address: DUNS number: Cage Code Number: Company website if available: 2. Business Type Please put a check mark or circle around the type of business you are below: a) Large b) 8(a) c) HubZone d) Small Business e) Small Disadvantaged Business f) Woman Owned Small Business g) Service Disabled Veteran Owned Small Business h) Veteran Owned Small Business ***Note - All Veteran Owned Businesses must be registered in VetBiz at http://www.vip.vetbiz.gov/general_user/register/default.asp to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If stating SDVOSB or VOSB status, your company must be verified with the seal/icon or show pending verification in VetBiz Registry (https://www.vip.vetbiz.gov//) to be considered as a SDVOSB or VOSB source. 3. How long has your company provided these services? See attached Past Performance. 4. Provide information for any current or past VA contracts for these products and services. 5. Is your company registered in the System for Award Management at WWW.SAM.GOV? The NAICS code for the procurement is 811219 and the business size standard is $22 Million dollars. Any future RFP will be conducted in accordance with FAR Parts 12 and 15. The Government may elect to award a Firm Fixed Price contract resulting from the solicitation. Responses to this market survey should be e mailed to shawn.vanzandt@va.gov No telephone responses will be accepted. Please provide a detailed response to the below Performance Work Statement stating how you can meet all aspects stated. It is requested that responses be received no later than 2:00 pm Central, March 06, 2020. No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a separate solicitation announcement. Central Arkansas Veterans Healthcare System Statement of Work (SOW) A. GENERAL GUIDANCE 1. Title of Project: Base plus 4 optional year contract for Emerson (Temp Trak Temperature and Humidity Sensing) to facilitate Central Arkansas Veterans Healthcare System (CAVHS) in Little Rock, North Little Rock and all outlying Community-Based Outpatient Clinics (CBOC s) in Arkansas. Scope of Work: The contractor in question shall furnish all qualified/certified personnel, materials, necessary equipment and services to include lodging, travel and meals necessary to perform the following scope of work. The contractor shall provide a service and maintain the current system in place, to include any upgrades/new hardware to monitor the temperature and humidity sensors and data base for all required areas of CAVHS. This contract includes being on site to provide a health check of the system once a year and technical guidance/assistance as needed 24 hours, 7days a week (24/7). 3. Background: The purpose of this contract is to monitor the temperature and humidity for specific areas throughout CAVHS facilities. Emerson is a sole source provider of the system currently installed and will provide their Silver Package service for this base plus 4-year contract. In addition to the base plus 4-year support contract, the base year will need to include some additional hardware components. These additional hardware components will be provided by the contractor after the award of this contract with-in 30 days. The additional hardware components do not include the labor cost of installation (CAVHS will assist in the installation of the additional hardware) but will have the two-year warranty included from the manufacture as a result of manufactures defect (excludes labor). The additional hardware components will be outlined below. Special Note: Department of Veterans Affairs Veterans Health Administration Washington, DC 20420 has issued VHA notice 2020-02 dated January 17, 2020. The contents of VHA Notice 2020-02 is to be implemented by May 17, 2020. See attachment 2 for details of VHA notice 2020-02. TEMPTRAK I-CARE SILVER PACKAGE 24/7 Help desk Emergency support (standard I-Care hours are 8am-8pm EST, M-F. Emergency Support excludes training, equipment registration and admin. issues) TempTrak hardware warranty is two years and is replaced at no charge (excludes labor) as a result of manufacturer's workmanship. 10% discount on additional calibration services. Includes calibration certificates and battery replacement for calibrated transmitters with low battery alerts. Annual remote access system review/checkup, includes Performance Review/Risk Assessment *Requires C-A access to server and database query. Unlimited software upgrades and builds upon release Unlimited web-based training seminars Unlimited E-Learning training SENSOR CALIBRATION & CERTIFICATION The US Patented SysCal calibration process is compliant to ISO/IEC Standard 17025:2005 and is traceable through National Institute of Standards and Technology (NIST) and may only be performed by an Emerson factory trained technician (see attachment 1). Upon passing calibration standards, a Certificate of Calibration is created and stored in the TempTrak software and may be accessed at any time. Recommended annual recalibration is performed on-site while transmitters and probes remain in situ as noted with the SysCal calibration process mentioned above. In addition to providing immediate access to electronic copies of the Certificates of Calibration, centralized management of this data within TempTrak provides clear insight about upcoming calibration needs based on past calibration history. Emerson support teams ensure that customers are informed about calibration schedules and helps them remain in compliance in the future. Emerson factory trained technician certification available upon request from the customer. On Site calibrations include transmitter battery replacement as needed. Additional Hardware Components: The additional hardware components are needed/required to bring the current system up to date and fill the void of needed coverage back to the system server. Without these additional hardware components, the systems will not function to its upmost potential and have the possibility of system errors in critical monitored areas (e.g. Operating Rooms, Blood Labs, Pharmacy, Food and Nutrition, etc.). Below is an outline of the additional hardware components required: Qty Unit Item Code Description 11 EA 10000-5-P-US Base Station - Buffer and Receiver 4 EA 10170-032 NIST Traceable Low/Ultra-Low Temperature Probe 19 EA 10080-DT-032 NIST Traceable Internal/External Temperature Transmitter 52 EA 10113-032 NIST Traceable Solid Simulator Probe - 6' 12 EA 10071-032 NIST Traceable Internal Temperature + Relative Humidity Transmitter Qty Unit Item Code Description 1 EA 405018 Replacement housing for 900 MHz Temperature Transmitter - (900 MHz) 57 EA 10113 Solid Simulator Probe - 6' 24 EA 10080-DT Internal/External Temperature Transmitter 23 EA 10071 Internal Temperature + Relative Humidity Transmitter 10 EA 10086 Analog Input Transmitter 4. Performance Period: All work pertaining to this contract will need to be performed Monday thru Friday unless a Federal holiday falls on one of these days. The time frame will be from 7:30am-4:00pm on the days listed above unless unique situations arrive and prior approval between the contractor and CAVHS parties involved is agreed upon. Government personnel observed Holidays: The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day Martin Luther King's Birthday President's Birthday Memorial Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation 5. Type of Contract: Firm Fixed Price. B. CONTRACT AWARD MEETING The contractor shall not commence performance of the tasks identified in this SOW until the Contracting Officer (CO) has conducted a post-award conference or has advised the contractor that a post-award conference has been waived. C. GENERAL REQUIREMENTS 1. Contract employees must report to Engineering/Engineering Computer System Personnel (Building 2/NLR or JLM Hospital/GD114H) and sign-in upon arrival and sign-out upon departure. 2. Contractor shall provide comprehensive list which sensors that require annual NIST certifications. Change required sensor batteries while on site during the annual NIST certifications. 3. All warranty repair parts/software installed on the system must be OEM manufactured by the equipment manufacturer or approved by the equipment manufacturer for use on the system. D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES TASK ONE: Provide contract employees who are factory trained and certified to install, maintain and repair the Temp Trak Temperature and Humidity Sensing system. DELIVERABLE ONE: Provide factory trained and certified employees. E. EVALUATED ADDITIONAL FEATURES N/A F. SCHEDULE FOR SERVICES/PRICING SCHEDULE N/A G. CHANGES TO THE STATEMENT OF WORK The CO is the only individual authorized to approve changes or modify any of the requirements under this contract. The Contractor shall communicate with the Contracting Officer s Representative (COR) on all matters pertaining to contract administration. The COR is designated to represent the CO in furnishing technical guidance and advice regarding the work being performed under this contract. The foregoing is not to be construed as authorization to interpret or furnish advice and information to the Contractor relative to the financial or legal aspects of the contract. Enforcement of these segments is vested in and is the responsibility of the CO. Only the CO is authorized to make commitments or issue changes affecting price, quantity or performance of this contract. In the event the Contractor effects any such change at the direction of any person other than the CO, the change shall be considered to have been made without authority and no adjustment shall be made in the contract price to cover any increase in cost incurred as a result thereof. Invoice and payment information should be sent to: Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin, TX 78714-8971 H. REPORTING REQUIREMENTS N/A I. TRAVEL Travel requirements will be required for this contract but travel cost will be included in the contractors bid. J. GOVERNMENT RESPONSIBILITIES 1. The government shall provide the contractor access and assist when and where needed to ensure the system is always maintained. K. CONTRACTOR EXPERIENCE AND/OR REQUIREMENTS Contract employees shall be factory trained and certified in servicing/maintaining the Temp Trak Temperature and Humidity Sensing system as being requested. The CO or COR may request proof of this certification prior to authorizing contract employees to perform any services. L. CONFIDENTIALITY AND NONDISCLOSURE 1. The Contractor understands and agrees that confidential information (patients, employee, or facility) must always be secured and protected. The Contractor and its personnel shall be held liable in the event a breech of confidentiality occurs as a result of the Contractor or its employees. Each contract employee will be required to read and sign the Contractor Rules of Behavior and provide the original signature page to the COR. M. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS 1. Position Sensitivity: The position sensitivity/risk level has been designated as Nonsensitive/Low Risk. 2. Background Investigation: The level of background investigation commensurate with the required level of access is Minimum. 3. Contractor Responsibilities: a. Contract employees shall be issued non-PIV badges for physical access only. This requires for contract employees to: Complete fingerprinting at the CAVHS badging station located in building 68 at the North Little Rock, AR campus. Complete the OF306 and have two forms of federally acceptable ID. Successfully complete a SAC background screening. Read/sign Contractor Rules of Behavior and provide original signature page to the COR. b. The contractor shall pay for lost or missing employee badges issued by CAVHS. The cost for these lost or missing badges will annotated on and deducted from invoice payments. c. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. d. Failure to comply with contractor personnel security requirements may result in termination of the contract for default. Information Systems Officer, Information Protection:� The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.�� Privacy Officer:� The contractor will not have access to protected Patient Health Information (PHI) nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.�� All research data available for Contractor analyses is de-identified. RECORDS MANAGER: Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.� In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.� In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.� Central Arkansas Veterans Healthcare system and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of Central Arkansas Veterans Healthcare system or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Central Arkansas Veterans Healthcare system. The agency must report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to Central Arkansas Veterans Healthcare system control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The 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, contracts. The Contractor (and any sub-contractor) is required to abide by Government and Central Arkansas Veterans Healthcare system guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with Central Arkansas Veterans Healthcare system policy.� The Contractor shall not create or maintain any records containing any non-public Central Arkansas Veterans Healthcare system information that are not specifically tied to or authorized by the contract.� The 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 from public disclosure by an exemption to the Freedom of Information Act.� The Central Arkansas Veterans Healthcare system owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which Central Arkansas Veterans Healthcare system shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. �All Contractor employees assigned to this contract who create, work with or otherwise handle records are required to take Central Arkansas Veterans Healthcare system provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3b3790aec6134d67922b43c87ef135b1/view)
 
Place of Performance
Address: Central Arkansas VAMC;4300 W 7th Street;Little Rock, Arkansas 72205
Zip Code: 72205
 
Record
SN05574910-F 20200229/200227230143 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.