Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2021 SAM #7190
SOLICITATION NOTICE

J -- MGC Diagnostics Health Care Equipment PO# 648-C15370 POP: 9/1/2021 - 8/31/2022

Notice Date
8/6/2021 10:57:44 AM
 
Notice Type
Presolicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26021Q0726
 
Response Due
8/12/2021 11:59:00 AM
 
Archive Date
08/27/2021
 
Point of Contact
Scott James, Contract Specialist, Phone: 360 852 9878
 
E-Mail Address
scott.james@va.gov
(scott.james@va.gov)
 
Awardee
null
 
Description
VISN 20 STATEMENT OF WORK (SOW) Medical Graphics Corporation (MGC) Diagnostics BreezeSuite Service Support 1. Background. The VA Northwest Health Network, Veterans Integrated Service Network (VISN) 20, is responsible for providing health care to Veterans in the states of Alaska, Washington, Oregon, most of the state of Idaho, and one county each in Montana and California. VISN 20 encompasses 135 counties which cover approximately 23% of the United States land mass; 17% of which are classified as health professional shortage areas. 67% of these same counties had a 2001 per capita income below $25,000. There are approximately 1.2 million Veterans living in the Pacific Northwest and Alaska, 18% of whom received VA services. The VISN 20 network of eight (8) health care facilities is comprised of (7) medical centers and one (1) rehabilitation center. Two of the health care facilities are three (3) two-division campuses. These ten (10) health care sites support thirty-six (36) Community Based Outpatient Clinics. VISN 20 sites listed below under place of performance require on-site, full-service maintenance and repair contracts to ensure that a variety of MGC pulmonary and cardiac diagnostic systems (listed below) are kept in proper operating condition, have the latest compatible software operational and are ready for use on patients. These contracts include software and firmware updates, all parts and service to properly provide preventative maintenance, diagnostics, phone support, on-site repairs, and software updates to ensure that all units are fully operational according to manufacturer specifications. Applicable Documents. In performance of the tasks associated with this Performance Work Statement, the Contractor shall comply with the following: 44 U.S.C. § 3541, Federal Information Security Management Act (FISMA) of 2002 FIPS Pub 201, Personal Identity Verification of Federal Employees and Contractors, March 2006 5 U.S.C. § 552a, as amended, The Privacy Act of 1974 42 U.S.C. § 2000d Title VI of the Civil Rights Act of 1964 VA Directive 0710, Personnel Suitability and Security Program, September 10, 2004 VA Directive 6102, Internet/Intranet Services, July 15, 2008 36 C.F.R. Part 1194 Electronic and Information Technology Accessibility Standards, July 1, 2003 Office of Management & Budget (OMB) Circular A-130, Management of Federal Information Resources, November 28, 2000 32 C.F.R. Part 199, Civilian Health and Medical Program of the Uniformed Services (CHAMPUS) An Introductory Resource Guide for Implementing the Health Insurance Portability and Accountability Act (HIPAA) Security Rule, October 2008 Sections 504 and 508 of the Rehabilitation Act (29 U.S.C. § 794d), as amended by the Workforce Investment Act of 1998 (P.L. 105-220), August 7, 1998 Homeland Security Presidential Directive (12) (HSPD-12) VA Directive 6500, Information Security Program, August 4, 2006 VA Handbook 6500.6, Contract Security, March 12, 2010 Program Management Accountability System (PMAS) portal (reference PWS References Technical Library at https://www.voa.va.gov/) Scope. This SOW outlines work elements for service, maintenance, and repair for MGC cardiac and pulmonary diagnostic systems listed below at the sites also listed below. General Requirements: The contractor shall provide all software, parts and service required for preventative maintenance, diagnostics, phone support, and on-site repairs, to ensure that all units are fully operational according to manufacturer specifications. The contractor shall provide preventative maintenance (PM) on the listed items at the recommended manufacturer maintenance interval in accordance with the recommended manufacturer maintenance procedure. The contractor shall bear all parts and travel costs. The contractor shall provide repair services as requested. Service response shall be provided within 48 hours, preferably sooner, from time of service request. The contractor shall bear all parts and travel costs. When appropriate, the contractor shall provide exchange parts. Parts delivery and exchange parts shall be provided Next Day . The contractor shall provide live toll-free technical support assistance and phone support. The contractor shall provide software updates as they become available and shall assist in installing them remotely or on-site as needed. A comprehensive service report shall be provided to the customer at the end of each service, PM, or repair stating serial number of equipment repaired, model number, device description/nomenclature, service description and calibration status. The service report shall be provided within 24 hours of service completion in electronic or paper format, with a facility representative signature when requested. The contractor shall not replace any part which should incur additional expense from the government without first obtaining prior approval from the VA Contracting Officer. The contractor shall replace any parts needing repair with new parts equal or similar features and functionality. Parts coverage shall include O2 cell. This coverage shall not include cosmetic damage, malfunctions or failures resulting from negligence from the government. Required service support by type of equipment is shown in the following table: Equipment Description Contract type Parts Included Labor on-site Software Updates Remote Support Other BreezeSuite MultiUser & Interface Software Support N/A N/A Yes Yes Software support MGC Treadmill/Ergometer Yes Yes NA Yes MGC Indirect Calorimeter, model CCM Yes Yes Yes Yes Software support MGC Spirometer, model CPFS/D USB Yes Yes Yes Yes Software support MGC Body Plethysmograph Elite DX Yes Yes Yes Yes Software support MGC Body Plethysmograph, model Platinum Elite DX RTD Yes Yes Yes Yes Software support MGC Gas exchange analysis system, model: Ultima CardiO2 Yes Yes Yes Yes Software support Equipment/System List and their locations Locations and their Equipment/Systems MGC Device Serial Number     VA Roseburg: 913 NW Garden Valley Blvd Roseburg, Oregon 97470-6513   MGC Body Plethysmograph, model Platinum Elite DX RTD 243000822 VA Puget Sound: 1660 South Columbian Way Seattle WA 98108   MGC Indirect Calorimeter, model CCM 224000290 MGC Indirect Calorimeter, model CCM 224000377 MGC Spirometer, model CPFS/D USB 220004094 MGC Spirometer, model CPFS/D USB 220003702 MGC Spirometer, model CPFS/D USB 220003951 MGC Spirometer, model CPFS/D USB 220003952 MGC Body Plethysmograph, model Elite DX 243000826 MGC Gas exchange analysis system, model: Ultima CardiO2 250000524 MGC Treadmill/Ergometer 20200260 Puget VA Med CTR Puget Sound HLTH CARE SYSTEM American Lake Division: 9600 Veterans Dr SW Tacoma WA 98493 MGC Body Plethysmograph, model Platinum Elite DX RTD 243000821 VA Puget Sound Mount Vernon: 307 S 13th Street Mount Vernon WA   MGC Spirometer, model CPFS/D USB 220006074 VA Puget Sound Silverdale: 9177 Ridgetop Blvd NW Silverdale WA   MGC Spirometer, model CPFS/D USB 220006072 VA Puget Sound Port Angeles: 1114 Georgiana Street Port Angeles WA   MGC Spirometer, model CPFS/D USB 220006071 VA Medical Center Spokane 4815 N Assembly St Spokane WA   BreezeSuite MultiUser & Interface Software Support   MGC Body Plethysmograph, model Platinum Elite DX RTD 243000789 VA Boise 500 West Fort Street Boise ID   MGC Gas exchange analysis system, model: Ultima CardiO2 218001189 MGC Treadmill/Ergometer 20121048 Body Plethysmograph Elite DX Series 233000396 BreezeSuite MultiUser & Interface Software Support 342317 MGC Body Plethysmograph, model Platinum Elite DX RTD 243000829 MGC Body Plethysmograph, model Platinum Elite DX RTD 243000828 MGC Spirometer, model CPFS/D USB 220006076 MGC Gas exchange analysis system, model: Ultima CardiO2 25000525 MGC Treadmill/Ergometer 20200261 MGC Treadmill/Ergometer FVDC5399DS 4-22 VA Medical Center Portland 3710 SW US Veterans Hospital Rd 4th Floor Portland OR   BreezeSuite MultiUser & Interface Software Support 343149 MGC Spirometer, model CPFS/D USB 220003975 MGC Spirometer, model CPFS/D USB 220004067 MGC Spirometer, model CPFS/D USB 220004068 MGC Spirometer, model CPFS/D USB 220004069 MGC Spirometer, model CPFS/D USB 220004070 MGC Spirometer, model CPFS/D USB 220004071 MGC Spirometer, model CPFS/D USB 220004072 MGC Body Plethysmograph, model Platinum Elite DX RTD 243000465 MGC Body Plethysmograph, model Platinum Elite DX RTD 243000466 MGC Gas exchange analysis system, model: Ultima CardiO2 251000141 MGC Treadmill/Ergometer 201180131 MGC Treadmill/Ergometer 201180133 VA Eugene Clinic 3355 Chad Road Eugene OR   MGC Body Plethysmograph, model Platinum Elite DX RTD 243000827 VA Med Ctr JMWM 77 Wainwright Dr Walla Walla WA   MGC Spirometer, model CPFS/D USB 220003487 MGC Spirometer, model CPFS/D USB 220003488 MGC Spirometer, model CPFS/D USB 220003490 MGC Spirometer, model CPFS/D USB 220003489 BreezeSuite MultiUser & Interface Software Support 342420 MGC Body Plethysmograph, model Platinum Elite DX RTD 243000734 VA White City 8495 Crater Lake HWY White City OR   MGC Body Plethysmograph, model Platinum Elite DX RTD 243000825 Government Furnished Property Government furnished property will not be provided to the contractor. Performance Monitoring Contractor performance will be monitored and the work certified by the VA POC. The POC will assure contractor quality by routine inspections, product and report sampling, and monitoring while work is being performed. Security Requirements The contractor employees shall have intermittent access to the VA facility and will be escorted by VA employees while at VA Facilities. No background investigation is required. Remote support by contractor employees will not require access to the VA network nor contractor access to PHI. No background investigation is required. Place of Performance. Work will be performed at the locations shown in the Equipment/System List and their locations table in paragraph 4 above. Work will also be performed remotely. Travel. On-site service is required. Travel is to be included in the contract. The Government does not anticipate any additional paid Contractor travel under this contract. No additional travel costs will be reimbursed by the VA. Government Furnished Equipment/Information. The Contractor shall be allowed access to Government equipment including servers and equipment to perform the required work. Information on Government equipment and systems shall be provided as necessary. No Government-owned property will be transferred into the Contractor s control. Invoicing. Invoices shall be submitted electronically via the Financial Services Center Mandatory Electronic Invoice System, on a monthly basis. Invoices must include, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, and a list of equipment items covered during the stated period of performance. This requirement is in accordance with VARR Clause 852.232-72 Electronic Submission of Payment Requests: http://www.fsc.va.gov/einvoice.asp. Electronic payments are net 30 days. Security Requirements. All contractor employees are subject to the same level of investigation as VA employees who have access to VA sensitive information or access to VA facilities. The background investigation includes the following requirements: 1) Completed documentation 2) Fingerprints 3) Completion of OPM s e-QIP Questionnaire. The Contractor is required to fulfill all of the security requirements. The Contractor, upon completion of fingerprinting, and an initial suitability determination, may be authorized tentative access to start the performance period of the contract, but only on condition of completion of all security requirements. This requirement is applicable to all subcontractor personnel requiring the same access. The C&A requirements do not apply and a Security Accreditation Package is not required Hours of Coverage & Federal Holidays. Maintenance Service will be provided during regular coverage hours of 8:00am to 6:00pm PT, Monday through Friday, excluding federal holidays. The contractor shall contact the VA POC or his/her designee prior to commencing any work on the premises. Federal Holidays are: New Years' Day Martin Luther King Day Presidents' Day Memorial Day Independence Day Labor Day Columbus Day Veterans' Day Thanksgiving Day Christmas Day Option to Extend Services. In accordance with FAR Clause 52.217-8, Option to Extend Services, the contract may be extended, at the Government s sole discretion, for a period of up to six (6) months, exercisable in increments of not less than one (1) month. If the contract contains an unexercised option period, the Government may elect to exercise the option pursuant to FAR Clause 52.217-9, Option to Extend the Term of the Contract, during any short-term extension. The short-term extension(s) shall be subtracted from the total duration of the immediately succeeding option period that may follow as a result of the exercise of the option pursuant to FAR Clause 52.217-9 so that the combination of the short-term extension(s) and the option will not exceed 12 months duration. If the Government exercises one or more short term extensions in accordance with FAR Clause 52.217-8 and this instruction or an option period pursuant to FAR Clause 52.217-9, or any combination thereof, the contract as extended shall be deemed to include this extension instruction and FAR Clause 52.217-8; thus, the authority to extend services pursuant to FAR Clause 52.217-8 and this instruction may be exercised at the end of the base period and at the end of each option period. The prices applicable during the short-term extension(s) shall be the price(s) applicable during the immediately succeeding option period if there is one (for example, CLIN 1001 subject only to any adjustment required by the Service Contract Act). If there is no immediately succeeding option period, the price(s) shall be the price(s) applicable during the immediately preceding contract period, subject only to any adjustment required by the Service Contract Act. The extension(s) may be exercised by the Government IAW FAR Clause 52.217-8, provided that the CO has given notice of the Government s intent to exercise the extension at least 7 calendar days before this contract is to expire. A notice will be provided for each separate extension. For requirements items, the prices applicable during the short-term extension(s) shall be the prices applicable during the immediately succeeding option period, if there is one. If there is no succeeding option period, the prices shall be the prices applicable during the immediately preceding contract period. The cost ceiling(s), base fee(s), and award fee(s) during the short-term option(s) shall be the pro rata portion of the costs and fees applicable to the immediately succeeding option period, if there is one. If there is no succeeding option period, the cost ceiling(s) and fee(s) shall be the pro rata portion of the costs and fees for the immediately preceding contract.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/42204fe9e93f498f9cd4bc6ed13b1296/view)
 
Place of Performance
Address: Portland VAMC 3710 SW US Veterans Hospital Rd., Portland, OR 97239, USA
Zip Code: 97239
Country: USA
 
Record
SN06088014-F 20210808/210806230119 (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.