Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOLICITATION NOTICE

65 -- MRidium Infusion Pumps,

Notice Date
7/18/2022 7:06:56 PM
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25722Q0917
 
Response Due
7/27/2022 8:00:00 AM
 
Archive Date
08/26/2022
 
Point of Contact
Jesus Casiano, Contract Specialist, Phone: (210) 617-5377 x 19262
 
E-Mail Address
Jesus.Casiano@va.gov
(Jesus.Casiano@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Statement of Work (SOW) Central Texas Veterans Health Care System GENERAL GUIDANCE Title of Project: MRI Station Background: The Central Texas Veterans Health Care System (CTVHCS) has purchased the B Braun Infusion Pump System and it was determined by our Biomed section that the B Braun equipment similar to this system was not safe due to magnetic elements within the system. Scope of Work: The scope of the contract will be to provide pumps that will meet the need of Nursing Service in order to allow continuous infusions while receiving MRI procedures. Contractor shall coordinate delivery schedule with the Contracting Officer Representative. Contractor shall provide all necessary equipment and fully assemble and install all items prior to the CTVHCS accepting responsibility for the equipment. Requirements: Contractor shall coordinate the delivery schedule with the Contracting Officer's Representative (COR). All equipment shall be fully functional prior to acceptance by CTVHCS. The contractor shall provide maintenance service for 1 year. Performance Period: 1 September 2022 to 31 August 2023 Installation Address: Olin Teague Veterans Memorial Hospital 1901 Veterans Memorial Drive Temple, Texas 76504 The period of performance shall be for 12-month from date of award. Hardware installation shall be completed within 60 days of award to serve as the Base Year with 4 Option Years included. Normal hours of operation are Monday - Friday 0800am to 0430pm. Any work at the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO). There are 10 Federal holidays set by law (USC Title 5 Section 6103) that CAVHS follows: Under current definitions, four holidays are set by date: New Year's Day January 1 Independence Day July 4 Veterans Day November 11 Christmas Day December 25 If any of the above falls on a Saturday, then Friday shall be observed as a holiday. Similarly, if one falls on a Sunday, then Monday shall be observed as a holiday. The other six holidays are set by a day of the week and month: Martin Luther King's Birthday Third Monday in January Washington's Birthday Third Monday in February Memorial Day Last Monday in May Labor Day First Monday in September Columbus Day Second Monday in October Thanksgiving Fourth Thursday in November Type of Contract: Firm Fixed Price Annual Service Contract. (LEASE) CONTRACT AWARD MEETING The Contractor shall not commence performance of the services identified in this PWS until the Contracting Officer (CO) has conducted a post-award conference or has advised the contractor that a post-award conference has been waived. TECHNICAL REQUIREMENTS MONTHLY SERVICES DELIVERABLES All pumps, to include their accessories, and the training, will be delivered within 30 days of signing the contract. Items to be included are as follows: 6-Nonmagnetic Pump with SPO2 6-Sidecar Second Channel 4- Remote Monitor 4- Roll Stand, Nonmagnetic 6- DERS Library Software Kit 6- DERS Initial Library Entry MRI Monitor Remote Tablet Pole Mount Rotating Monitor 1119M Roll Stand 3880 Monitor ipPOD Dual Radio Module Lead ECG Module Monitor SpO2 Module Monitor Application Training (Two Days) Monitor Training (Two Days) 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 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, Texas 78714 TRAVEL Contractor shall be responsible for all travel. GOVERNMENT RESPONSIBILITIES The government shall provide a COR as the technical expert and Contractor's point of contact. The government shall provide escorts and reasonable access to equipment when required. The government shall cooperate with Contractor personnel so that service can be performed efficiently and without interruption. The government will provide escorted access to patient care areas and any sensitive areas. The Contractor shall coordinate access to all areas with the COR or Facility POC in order to minimize the negative impact on patient care. The government shall schedule and coordinate training time and locations with the Contractor so as to minimize disruption to patients and patient care activities. CONTRACTOR REQUIREMENTS Contractors shall be equipped with all necessary tools, equipment, and any Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely. Contractor shall be responsible for all required permits and coordination with CTVHCS infection control. Contract employees shall be required, upon request, to provide the COR with Material Safety Data Sheets (MSDS) prior to bringing any chemicals to the facility for use. The MSDS shall be reviewed and approved by the COR prior to the chemicals being used. The Contractor shall provide updates to the COR. Contractor must follow VA National Safety Standards when disturbing asbestos/mold during installation of cable/wiring where asbestos may be encountered during installation. See the Appendix B Bed Mapping tools for all details of all known asbestos locations (Oklahoma City and Shreveport only). If required, the vendor must define the need for a staging area to accommodate training. Post-award, this information will be confirmed with the vendor. The vendor is required to coordinate installation and training with the POC at CTVHCS or a designee. CONFIDENTIALITY AND NONDISCLOSURE The Contractor understands and agrees that confidential information (patients, employee, or facility) must be secured and protected at all times. The Contractor and its personnel shall be held liable in the event a breach of confidentiality occurs as a result of the Contractor or its employees. The Contractor may be required to establish a Business Associate Agreement with the CTVHCS. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS Position Sensitivity: The position sensitivity/risk level has been designated as Non-sensitive/Low Risk. Background Investigation: The level of background investigation commensurate with the required level of access is Minimum. Contractor Responsibilities: Contract employees shall be issued contractor badges for physical access only. This requires for contract employees to: Complete fingerprinting at the CTVHCS badging station at the Central Texas Veterans Health Care System campus. Complete the OF306 and have two forms of federally acceptable ID. Successfully complete a SAC background screening. The contractor shall pay for lost or missing employee badges issued by CTVHCS. The cost for these lost or missing badges will annotated on and deducted from invoice payments. The contractor, when notified of an unfavorable determination by the Government, shall withdraw the employee from consideration from working under the contract. Failure to comply with contractor personnel security requirements may result in termination of the contract for default.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4ef4e17a50224514b9529f8ab1d53966/view)
 
Place of Performance
Address: 75216 Olin Teague Veterans Memorial Hospital 1901 Veterans Memorial Drive, Temple, TX 76504, USA
Zip Code: 76504
Country: USA
 
Record
SN06392787-F 20220720/220718230101 (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.