SOLICITATION NOTICE
65 -- Connex Integrated Wall System
- Notice Date
- 8/1/2022 8:29:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24122Q0911
- Response Due
- 8/8/2022 7:00:00 AM
- Archive Date
- 09/07/2022
- Point of Contact
- Phillip Crockett, CONTRACT SPECIALIST, Phone: 802-295-9363 x5199
- E-Mail Address
-
Phillip.crockett@va.gov
(Phillip.crockett@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Department of Veteran Affairs, VISN 01, Providence VA Medical Center, 830 Chalkstone Avenue, Providence RI 02908-4734 Healthcare System has a requirement for: Connex Integrated Wall System. The objective of this task order is to provide: A fully functional system that meets the Salient characteristics on Connex Integrated Wall System SOW. All provided in RFQ# 36C24122Q0911 Schedule/Statement of Need. This combined synopsis solicitation RFQ, and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2022-06 (05-26-2022). The combined synopsis solicitation is: 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The NAICS Code is 339112; the size standard is 1000 Employees. Note, interested SDVOSB Offerors must be listed and registered in Vetbiz.gov to be considered for Award. Additionally, Offerors must provide an Authorized Distributor Letter with their quote if they are not the manufacturer. Responses shall be on an all or none bases, no partial submissions will be accepted. The Government reserves the right to make no award at all. Quote must be valid for 60 days. Quotes are due NLT 8 August 2022 @ 10 AM EST via e-mail to: Phillip.crockett@va.gov. The Subject Line of the response e-mail shall include RFQ 36C24122Q0911 Connex Integrated Wall System. Offers received after the exact time specified in the solicitation are considered late and may at the discretion of the Contracting Officer be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. ALL OFFERORS MUST SUBMIT THE ITEMS ON THE SCHEDULE PROVIDED IN THE RFQ. The VAAR 852.219-78 (Limitations on Subcontracting) must be completed and provided with the quote. STATEMENT OF WORK SCOPE OF WORK: The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to perform the following BRAND NAME PROJECT: Hillrom-Welch Allyn, Inc. Connex Integrated Wall System 1. EQUIPMENT The following equipment shall be provided and installed by the Contractor in the space determined by the Government. All equipment installed by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment listed below as applicable. Product Number Equipment 85NTVX3 Hillrom-Welch Allyn, Inc. Connex Integrated Wall System 85NTVX3 Hillrom-Welch Allyn, Inc. Connex Integrated Wall System 42 each The Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during installation. 2. SALIENT CHARACTERISTICS The Contractor shall provide a fully functional system that meets the following characteristics: Characteristics: System Monitor Allows clinicians to take and capture electronically capture accurate patient vital signs as well as perform basic diagnostic exams Simple color screen interface For use on adult, pediatric and neonatal patients Integrated 3.5V handles for physical assessment instruments (otoscope and ophthalmoscope) Spot check and timed intervals monitoring Fast, comfortable blood pressure with SureBP technology Blood pressure averaging to her ensure accurate hypertension diagnosis SureTemp Plus to meet patient and care setting requirements Masimo Spo2 pulse oximetry Up to 20 customer modifiers for more complete patient documentation Single sign-on options available for quick, secure clinician login Wireless, Ethernet and USB EMR connectivity options Height 10.56 Width 37.80 Weight: 14.1lbs Power Cord Length: 8 ft Display area: 8 x 4 with a resolution of 1024 x 600 pixels Lithium-ion battery Operating temperature 50F to 104F Operatin humidity 15 to 95% noncondensing Electrical rating 100-240 V, 50-60Hz, 1.50-.08A 3. AREAS TO BE SERVICED. (one or all as necessary and appropriate to this contract) Department of Veterans Affairs Providence VA Medical PVAMC Hospital 830 Chalkstone Avenue Providence, RI 02908 4. INSTALLATION The Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for and complete the installation of the equipment in the space determined by the Government. Project implementation meetings, if necessary, shall be coordinated with the COR. Installation and implementation dates are to be coordinated in advance with the Contractor and the COR. All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access. All installation personnel shall be trained by the manufacturer on how to properly install the equipment. Resumes and certifications shall be submitted for review upon request by the Government. All installation personnel shall be trained by the manufacturer on safe and proper Personal Protective Equipment (PPE) usage and general infection control regulations and requirements relevant to the work outlined in the Scope of Work. The Contractor shall communicate to the Government the estimated downtime required to complete full installation and testing AIO computer.If the Contractor is unable to install the equipment to its normal operational state within 24 hours the Contractor shall compensate the Government for the downtime by extending the warranty service in a period equivalent to the downtime of the equipment. The Contractor shall be responsible for the safe removal and disposal of all trade-in equipment as applicable. The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation. 4. TRAINING NA. Personnel are familiar with the equipment. 5. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 6. WARRANTY The contractor shall provide a manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. 7. TASK FREQUENCY AND INSTRUCTIONS The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR. Equipment delivery shall not preceed installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including go live support. Implementation and integration with VistA CPRS shall not exceed 90 days from date of award. 8. SPECIAL WORK REQUIREMENTS The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Providence VA Medical Center during all portions of the work set forth in the Scope of Work. The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work. 9. PROPERTY DAMAGE The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (e.g. trees, shrubs, lawn/turf, cubs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 10. ATTACHMENTS None. 11. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court. 12. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall: A. Have methods by which all employees are educated as to risks associated with blood borne pathogens. B. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. C. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract. 13. INFORMATION SECURITY LANGUAGE None 14. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. 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 by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 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, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7b2a5cfaf62a48a3bf28fea78ad24d0f/view)
- Place of Performance
- Address: Providence VA Medical Center, 830 Chalkstone Avenue, Providence 02908-4734
- Zip Code: 02908-4734
- Zip Code: 02908-4734
- Record
- SN06409618-F 20220803/220801230133 (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 |