SOLICITATION NOTICE
70 -- TIMS DICOM License and Maintenance
- Notice Date
- 8/19/2022 1:13:44 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1582
- Response Due
- 8/26/2022 1:00:00 PM
- Archive Date
- 10/25/2022
- Point of Contact
- Domen, Clift, Contract Specialist, Phone: 562-766-2241
- E-Mail Address
-
Clift.Domen@va.gov
(Clift.Domen@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2022-07, dated August 10th, 2022. Solicitation 36C26222Q1582 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under Full and Open Competition after exclusions under a Small Business set-aside. NAICS Code is 511210 and the Small Business Administration s (SBA) size standard is $41.5 Million. The Government is seeking a contract to acquire DICOM License and Maintenance. This solicitation is seeking to fulfill the following statement of work: TIMS DICOM License and Maintenance Phoenix Veterans Affairs Health Care System (PVAHCS) Period of Performance: Base Year with included 5 years of support and maintenance: 9/1/2022 - 8/31/2027 Place of Performance: Delivery of services shall be coordinated through the Biomedical Engineering located at: Phoenix VA Health Care System 650 E. Indian School Rd. Phoenix, AZ 85012 Purpose: The Phoenix VA Health Care System (PVAHCS) requires a service agreement to provide license and software support for the TIMS DICOM Review Software. The swallow study providers currently have a TIMS MVP acquisition workstation to record the barium swallow studies. The TIMS DICOM Review software will allow the providers to review the studies on thin clients. Required Services The Contractor shall provide installation and configuration services for the TIMS MVP acquisition workstation The Contractor shall provide (6) licenses for the TIMS DICOM Review software. The Contractor shall provide assistance to install the TIMS DICOM Review software on thin clients. The Contractor shall provide applications training on the TIMS MVP Acquisition workstation. The Contractor shall provide applications training on the TIMS DICOM Review software. The Contractor shall provide technical support as needed via phone or online. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency. The Contractor shall be certified by Foresight Imaging to provide licenses and service for the TIMS DICOM Acquisition workstation and TIMS DICOM Review software. The Contractor shall provide documentation/copy of certification with proposal submittals and upon award. The Contractor shall not remove any hard drives off station. All hard drives shall be turned into the POC. This contract shall provide for the addition and removal of licenses covered in the scope of services. IAW 15 USC 657s and 13 CFR 125.6 - Limitations on Subcontracting, the Contractor shall perform over 50% of the work. Noncontract Charges: The contractor shall not perform any services that shall result in additional charges without prior approval from the Contracting Officer. Payment: Payment shall be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice shall include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site. Failure to carry out the above procedures shall be considered as a failure to document the service visit and shall constitute a failure to perform. Security: In reference to VHA Handbook 6500.6 Appendix A, Block 6, the service included in this contract does involve connection of IT devices to a VA network. Therefore, C&A, SAP, & the following from App C apply. In reference to VHA Handbook 6500.6 Appendix A, Block 7, service does not involve storing, generating, transmitting, or exchanging VA sensitive information. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information protection, patient privacy, and information system security as delineated in this contract. During contract performance, contractor may require physical access to VA facility, equipment, information systems, or sensitive data; to provide services, install, train, maintain or repair equipment. During contract performance, contractor may not have remote access to VA facility, equipment, information systems, or sensitive data. VA Course No. VA10203 is privacy training required for VA contractors requiring access to VA facilities for more than 2 consecutive days or any access to VA information systems. Training will be completed prior to being granted access to facilities, equipment, or to the data therein. Training is available on VA TMS website at: https://www.tms.va.gov. Contractor will provide evidence of training to the POC, if requested. A national Business Associate Agreement between the Contractor and the VA exists, which governs VA information sharing with contractor. A national ISA/MOU between the Contractor and the VA does not exist; there will be no sharing of data and information resources through network, wireless, remote connections. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Upon arrival at the facility, all contractor personnel shall check-in with a valid Driver License or Company ID to the Biomedical Engineering department. Prior to conducting services, the contractor shall be issued a visitor s badge which shall be worn above the waist during the contractor s visit. The contractor shall return to the same location to sign out and turn-in issued visitors badge along with the documented service report for the service performed. Signing in/out shall be during normal business hours: Monday Friday 7:00 am to 4:00 pm local time, excluding Holidays, reference federal holiday link in paragraph 12. No photography of VA premises is allowed without written permission of the Contracting Officer. Risk Control: The Contractor shall be escorted by the Agency. The Contractor shall need passes from the on-station Police Department. Performance Monitoring: The Agency shall oversee work done by the contractor and accept the quality of work as appropriate. Over and Above Repairs/Emergency Maintenance Contractor and Biomedical Engineering shall maintain the equipment in accordance with equipment Specific Task, paragraph 3. Contractor shall provide unlimited telephone technical support and onsite service calls. These service calls shall be used for any maintenance or repair service as determined by Biomedical Engineering. Telephone Response Time: Contractor 's FSE or Technical Support shall respond by telephone to Biomedical Engineering within four (4) hours after receipt of telephone notification during normal duty 7:00am-4:00pm local time Monday through Friday. For the enclosed equipment listing emergency services, repairs and maintenance that are over and above the PWS, if quote pricing is within the POC s Government Purchase Card (GPC) threshold, the POC will authorize payment. up to $10,000 due to the Service Contract Act limit. For emergencies over the POC s GPC threshold, only the Contracting Officer(CO) is authorized to approve contract modifications. Additional services shall be approved by the Contracting Officer prior to the contractor initiating any work. The contractor shall provide an on-schedule-quote to both the CO and POC for review and consideration. Additional funding will be provided by the facility as-needed for payment. Once an emergency modification has been issued to the contractor, the FSE shall be on site within 48 hours of modification emergency notification. Any work to be performed, which is not covered by this PWS, SHALL be approved by the Contracting Officer, through a modification, prior to the work being performed. Hours of Coverage: Normal hours of coverage are Monday through Friday from 7:00 am to 4:00 pm local time. All service/repairs shall be performed during normal hours of coverage unless requested or approved by the SME in coordination with the POC. Work performed outside the normal hours of coverage shall be approved by the Contracting Officer. Funding for services that are outside the normal coverage hours or on holidays shall have approved modification prior to any service being allowed. NOTE: All hardware/software modifications, upgrades, updates, enhancements, installations etc., for the enclosed inventory listing shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays observed are located at the following link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ Identification, Parking, Smoking, and VA Regulations: The Contractor's FSEs shall wear visible identification issued by PVAHCS Police Section at all times while on the premises of PVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. PVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at PVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. Equipment Inventory Listing to be Supported SYSTEM SERIAL# LOCATION TIMS Acquisition Workstation 8000645 A2223-8 The information identified above is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the services being requested. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the lowest price on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote via email on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s UEI#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. Submit all question(s) to Clift Domen at clift.domen@va.gov no later than Monday, August 22nd, 2022, and before 1:00 PM Pacific Daylight Time (PDT). Ensure to reference solicitation # 36C26222Q1582 within the subject line of the email. Quotes must be received by Friday, August 26th, 2022, and before 1:00 PM PDT. Email your quote to Clift Domen at clift.domen@va.gov. Ensure to reference solicitation # 36C26222Q1582 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CONTRACT CLAUSES AND PROVISIONS 52.212-2 - Evaluation Commercial Items (Nov 2021) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical acceptability shall be established by review of each submitted quote, attachments, and/or information by the designated technical evaluator/s and verification that any brand name or equal to items"" meet all the salient characteristics included in this solicitation. No other rating or quantitative value other than acceptable or unacceptable will be assigned. Once technical acceptability has been established, the Contracting Officer shall award to the lowest price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of clause) 52.217-6 - Option for Increased Quantity (Mar 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within 10 days. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) 52.217-8 - Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of contract expiration. (End of clause) 52.252-2 - Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses and provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Nov 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Products and Commercial Services. (May 2022) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.233-1, Disputes (May 2014) VAAR 852.203-70, Commercial Advertising (May 2018) VAAR 852.232-72, Electronic Submission of Payments (Nov 2018) (End of Clause) 52.252-1 - Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.233-2, Service of Protest (Sep 2006) VAAR 852.233-70, Protest Content/Alternative Dispute Resolution (Oct 2018) VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) (End of Provision)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/956cc6fafd534c77aad6e6fe9b934909/view)
- Place of Performance
- Address: Department of Veterans Affairs Phoenix VA Healthcare System 650 E Indian School Road, Phoenix, AZ 85012, USA
- Zip Code: 85012
- Country: USA
- Zip Code: 85012
- Record
- SN06434691-F 20220821/220819230115 (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 |