SOURCES SOUGHT
65 -- GE ECG Machines Everett CBOC General Medicine Service
- Notice Date
- 8/29/2023 2:20:05 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0829
- Response Due
- 9/5/2023 5:00:00 PM
- Archive Date
- 10/05/2023
- Point of Contact
- Phillip Folger, Contract Specialist
- E-Mail Address
-
Phillip.folger@va.gov
(Phillip.folger@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 BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work and Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is not applicable, as an NMR class waiver is currently in effect for all items under NAICS code 339113 under which this potential acquisition will be categorized. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, Puget Sound VA Healthcare System (VAMC) is conducting market research to identify potential contractor sources which can provide the following Supply: GE HealthCare MAC VU360. For the Department of Veterans Affairs VISN 20, Anchorage VAMC in accordance with the attached Salient Characteristics. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to Phillip.folger@va.gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Salient Characteristics to include: 1. References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Statement of Work and Salient Characteristics 2. Capability Statement 3. Capability to provide required supplies at VISN 20 in accordance with the Statement of Work and Salient Characteristics NAICS Code 339113 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. Brand Name Item or Equal: ECG Machine replacement Scope. Table 1: Place of Performance - VISN 20 Site VISN Station Address 20 663-VA Puget Sound Health Care System Seattle Division 220 Olympic Blvd. Everett, Washington 98203 Scope applies to Seattle as listed in Table 1. Qty 4: MAC VU360 including the options and accessories listed in Table 2 Tasks: The requested ECG must communicate with charting system and uploads the ECG into the system. Table 2: Products and Services: Qty 46: Seattle, ECG machines and accessories GE Medical Part # Description Qty Seattle: MAC VU360 2030360-001 MAC VU360 4 2030360-020 MAC VU360 15-LEAD ECG, 12SL, LAN 4 2030360-723 MAC VU360 CAM AHA W/LEADWIRES, MOUNTING ARM/BRACKET 4 2030360-027 MAC VU360 ENGLISH 4 2030360-015 MAC VU360 NORTH AMERICAN POWER CORD 4 60HZ 60HZ AC Filter 4 SET-LETTER Letter Paper Setting for MAC VU360 4 2030360-019 MAC VU360 WIRELESS A/B/G/N 4 2030360-040 MAC VU360 ACS / CRITICAL VALUES 4 2030360-043 MAC VU360 EXTERNAL BARCODE W/MOUNTING HW 4 2108406-207 UNITED STATES (USA) 4 2030360-110 MAC VU360 EDELIVERY SOFTWARE ENTITLEMENT 4 2030360-045 MAC VU360 additional terms and conditions apply 4 2086800-001 MAC VU360 EASY CLEAN TROLLEY, HEIGHT ADJUSTABLE, WITH REAR/FRONT BINS 4 2091358-001 ECG WIFI - LAN GE INSTALL & CONFIGURATION 4 INSTALL CARTS INSTALLATION OF RESTING ECG SYSTEM 4 2036984-001 Battery Flex-#S3P 11.1 v 18650 Li-Ion SMBUS 4 Vendor shall provide all the products, hardware, software, software licenses, configuration, installation, implementation and training services listed in Table 2 above. Vendor to assemble, install, configure and test each ECG machine to work with each facility s WIFI system per VISN 20 HTM direction Vendor shall provide a Project Manager to manage the overall implementation and organize the necessary resources to provide technical guidance and implementation including: Vendor will coordinate a kick-off meeting/conference call that includes all stakeholders from the VA and vendor. Vendor and the VA HTM staff shall meet regularly at a frequency determined during the kick-off phase of the project to ensure agreed upon milestones are met and to expedite resolutions to critical business issues. Vendor and VA to determine exact implementation schedule at a later date. Vendor shall provide system support for the first year at no additional charge. Performance Period. Equipment delivery, configuration, installation and training schedules TBD by VISN 20 HTM staff. It is expected that all work will be completed within one year. 7. Security Requirements A prohibition on unauthorized disclosure: Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. A requirement for data breach notification: The contractor shall notify the Contracting Officer Technical Representative (COTR) and simultaneously, the designated Information Security Officer (ISO) and Privacy Officer for the contract of any known or suspected security/privacy incidents (SPI), or any unauthorized disclosure of sensitive information, including that contained in system*s) to which the contractor has access. Such notification shall occur in the same time and manner as set forth in Section 4.G. of Business Associated Addendum between the parties effective as of April 23, 2008. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to the VA assets, or sensitive information. A requirement to pay liquidated damages in the event of a data breach: In the event of a data breach or privacy incident involving any SPI the contractor processes or maintains under this contract, the contractor shall be liable to VA for liquidated damages in the amount of $37.50 per affected individual to cover the cost of proving credit protection services to those individuals. See Handbook 6500.6. App. C, paragraph 7a, 7d. Note: As of the date of Modification #54 (referenced above of said contract) and until further notice, $37.50 is the figure to be used in all contracts that require a liquidated damages clause. A requirement for annual security awareness training: Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall successfully complete, on an annual basis, security awareness training provided or arranged by the contractor that conforms to VA s security and privacy requirements as delineated in the copy of the VA security awareness training provided to the contractor. A requirement to sign VA s Rules of Behavior: Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign, on an annual basis, an acknowledgement that they have read, understand, and agree to abide by VA s Contractor Rules of Behavior dated March 12, 2010 which is attached to this contract see above referenced contract number). Note: If a medical device vendor anticipates that the services under the contract will be performed by a large number of individuals, the Contractor Rules of Behavior may be signed by the vendors designated representative. The contract must reflect that, by signing the Rules of Behavior on behalf of the vendor, the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA s information and information systems. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). VISN20 will provide the vendor the network infrastructure to connect the devices to the VISN20 network. 9. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work: N/A Identification of Potential Conflicts of Interest (COI): N/A Identification of Non-Disclosure Requirements: BBA is in place Packaging, Packing and Shipping Instructions: N/A Inspection and Acceptance Criteria: Will monitor the contract utilizing the VISN20 HTM support team. Potential contractors shall provide, at a minimum, the following information to Philip.Folger@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING. To be considered a small business your company must have fewer than 800 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this source sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 09/05/2023 17:00 PST, to the Point of Contact.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8e97c30386ac4888a140a93537686bc1/view)
- Place of Performance
- Address: Department of Veterans Affairs Puget Sound VA Healthcare System Warehouse 90D 1660 S Columbian Way, Seattle 98108-1532, USA
- Zip Code: 98108-1532
- Country: USA
- Zip Code: 98108-1532
- Record
- SN06811691-F 20230831/230829230108 (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 |