Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SPECIAL NOTICE

J -- Carefusion Software Management

Notice Date
7/8/2021 3:12:21 PM
 
Notice Type
Special Notice
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q1009
 
Archive Date
07/23/2021
 
Point of Contact
Robert Regan, Contracting Officer, Phone: 562-766-2299
 
E-Mail Address
robert.regan2@va.gov
(robert.regan2@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Robert Regan at robert.regan2@va.gov with the following information referenced in the subject line, PR for 605-21-4-027-0432 To provide software management services for the Alaris System Guardrails, Level 3. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit capability statement which shall be considered by the agency no later than 10:00 AM Pacific Standard Time (PST) on July 16, 2021 to Robert Regan at robert.regan2@va.gov. The interested parties bear full responsibility to ensure complete transmission and timely receipt. SDVOSB/VOSB respondents. If respondent is or SDVOSB or VOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. Please provide the information below: Company Name: DUNS Number: Address: Point of Contact Name: Phone No: Email: Business size information Select all that applies: Small Business o Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No STAMENT OF WORK CareFusion Software Management Service Contract The intent for this contract is to establish a fixed price (FFP) full maintenance service task order for a base year plus option years (4 additional option years) for the Government owned CareFusion Guardrails Software Management System in VA Loma Linda Healthcare System (VALLHS). BASE YEAR: 9/28/2021 through 9/27/2022. DESCRIPTION OF SERVICES/WORK STATEMENT 1. GENERAL REQUIREMENT: The service contract will cover software management support services on BD Alaris system located in VA Loma Linda Healthcare System. 2. SERVICE MAINTENANCE AND INTERVENING SERVICES: The contractor shall provide software management services as listed below: Ongoing Support Services Technical Telephone Support. Monday through Friday, between 5:00 a.m. And 5:00 p.m. Pacific Time, BD will provide technical telephone support to regarding the operation of the Alaris System. Practice support. Pharmacy and nursing support by telephone or email for questions related to the use and operation of the software and data reporting Onsite Technical Support. One annual on-site technical services visit to install the latest version of the AlarisTM System Software, if a generally available software is available, on the AlarisTM PC units and applicable modules. BD validates and deploys patches to 3rd party software applications (e.g. Microsoft) when available. Education Onsite Clinical Support. One annual onsite visit by a Clinical Consultant designed to meet each hospital's unique needs. One eight-hour day will be provided for each 500 PC Units (minimum of one day) to be used consecutively. Services can include practice reinforcement, compliance rounds and/or enforce hospital best infusion practices through education. Data Reporting and informatics Support Data Reporting to Knowledge Portal for infusion technologies, a web-based data dashboard of retrospective infusion data from the Alaris System and quarterly infusion analytics reports Informatics Support Infusion Data workshop. Tuition for two individuals to attend a regionally held two. day workshop designed to enhance analysis of AlarisTM System infusion data reports and key performance indicators Software software Releases. Access to generally released Software updates for the Alaris System and AlarisTM Systems Manager when available 4. AUTHORIZED SERVICES, CHANGES AND PERSONNEL: 8. SERVICE REPORT: After each service, a service technician shall document both on the field service report and the VA instrument maintenance log, all findings of problems and their correction including all equipment and software performance verification. Service technician shall document and report to the Bio Engineering Department any unsafe condition concerning this medical equipment or signs of misuse or negligence. 9. GUARANTEE: Contractor guarantees all equipment covered in this contract shall be in optimum working condition throughout the contract performance period. 10. QUALITY ASSURANCE: The Contractor shall provide a Quality Control Plan that contains the following: Schedule and frequency of inspection and preventative maintenance services for VALLHS. 11. REPORTING: For services to be performed during normal and after-hours working hours, the Contractor shall report upon arrival to the Biomedical Engineering Department. Contractor personnel shall identify himself to the COR before proceeding to the job site. This check in is mandatory. The technician shall submit a service report in writing of service rendered. As a minimum, this report shall contain a detailed description of any services performed and replacement parts, when applicable. The report will also include any Contractor recommendations necessary to maintain the equipment in optimum operating condition. 12. CERTIFICATION REQUIREMENTS: Personnel performing maintenance and repair services must be fully qualified, competent, Field Service Engineers (FSE). Fully qualified is defined as factory-trained (or equivalent) and experienced to work on the equipment assigned. The Contractor will also be required to update this information as changes to staff are made, throughout the life of the contract. The Government Contracting Officer Representative (COR) reserves the right to reject any of the Contractor s personnel and refuse them permission to work on VA equipment if they are determined not fully qualified or documentation has not been submitted and approval given for the FSE to provide needed services. 13. CONFORMANCE STANDARDS: Services shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, JC, and other applicable national standards. 14. SMOKING POLICY: Smoking is not permitted within or around the VA except in designated areas. 15. BADGES AND PARKING: All Contractor personnel are also required to wear Vendor ID Badges noting Contractor Name, Personal Name, and Photo of Contractor personnel. It is the responsibility of the Contractor s personnel to park in the appropriate designated parking areas. Parking information is available from the individual VA Healthcare System Police Station. VA shall not validate or make reimbursement for parking violations of the Contractor's personnel under any circumstance.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9332b0cfc7c243d4a4449723ae6e1b44/view)
 
Record
SN06054618-F 20210710/210708230124 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.