Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOURCES SOUGHT

J -- New Require | REPAIR OF NURSE CALL SYSTEM

Notice Date
2/8/2024 6:02:22 AM
 
Notice Type
Sources Sought
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0591
 
Response Due
2/16/2024 12:00:00 PM
 
Archive Date
04/16/2024
 
Point of Contact
jessica.brooks3@va.gov, Jessica Brooks, Phone: 480-466-7940
 
E-Mail Address
JESSICA.BROOKS3@VA.GOV
(JESSICA.BROOKS3@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 SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this sources sought must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HUBZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The San Diego VA Health Care System located at 3350 La Jolla Village Dr. San Diego, CA 92161 is seeking a potential qualified contractor to provide with an upgrade of the nurse call system by adding domeless controllers to the following 4 patient bedrooms: 3rd Floor/ Rooms: 3360, 3369, 3355, 3345. 5th Floor/ Rooms: 5244, 5235, 5226, 5217. This will allow to split nurse call system to be utilized as two beds per controller instead of 4 beds for a single controller. This will help prevent the nurse call system for overloading and shuting down. Vendor will need coordinate with VA San Diego staff to determine installation schedule in order to minimize impact to patient care. This may require spacing out installation to only complete one domeless controller installation each day. Important information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 238210 ($19 Million Dollars). Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all 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 Veteran Small Business Certification Registry located at https://veterans.certify.sba.gov/. All interested Offerors should submit information by e-mail: jessica.brooks3@va.gov All information submissions to be marked Attn: Jessica Brooks, Contract Specialist and should be received no later than 1:00 pm MST on February 16, 2024. Modification of the existing Responder 5 nurse call system BACKGROUND After deployment of new Stryker beds, VA San Diego experienced persistent problems with the Responder 5 nurse call system. Whenever the Responder 5 nurse call system malfunctioned in these rooms, patients would have to be redistributed to other rooms, as patients could not alert clinical staff when they needed assistance. The malfunctions primarily happened in 4-patient rooms, which meant that 4 beds were no longer available for patient use until the Responder 5 nurse call system was brought back online. This issue was occurring multiple times a day, essentially forcing these rooms to be closed for patient use. It was determined that the new beds were drawing additional power from the Responder 5 nurse call system, which was causing the malfunctioning. The long-term fix to this issue is to install an additional domeless controller in each of the affected patient rooms, which will split the power draw of 4 beds across 2 controllers (a dome light and a domeless controller), instead of 1. SCOPE OF WORK Vendor will provide services to upgrade the existing Responder 5 nurse call system installation. Vendor will add domeless controllers to the following 4 patient bedrooms: 3rd Floor/ Rooms: 3360, 3369, 3355, 3345. 5th Floor/ Rooms: 5244, 5235, 5226, 5217. This will allow to split nurse call system to be utilized as two beds per controller instead of 4 beds for a single controller. This will help prevent the nurse call system for overloading. The Vendor shall provide all labor, supervision, materials, parts, and transportation required to maintain and repair Nurse call system. SCHEDULE OF SERVICES The intent of the Government to award a Firm-Fixed Price contract for modification of the existing Responder 5 nurse call system. LOCATION (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 SERVICE CALLS No Special Services are necessary. PARTS Vendor will provide with all parts necessary to complete the project. TEST EQUIPMENT The VA shall not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the Vendor to bring the appropriate equipment and/or supplies necessary to complete the work as required within. REMOVAL OF EQUIPMENT Government property shall not be removed from the station without a signed property pass. This property pass may be obtained after the removal is authorized by the Contracting Officer or COR. If sensitive data is stored on the device, the Facility Information Security Officer must be involved and should approve the process of removing equipment from the government site. Equipment shall not be removed by the Vendor from the government site for minor repairs. The Vendor assumes full responsibility for the equipment while it is off-site or in transit. BADGES AND PARKING All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. REPORTING (During Normal Working Hours); For any repairs or service that will be performed during the normal working hours of 8:00 a.m. through 5:00 p.m., Monday- Friday the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site. REPORTING (During Other than Normal Working Hours). On-site services shall be performed during normal working hours (8:00AM 5:00PM, Monday Friday) only. A separate, pre-authorized Purchase Order will be required for on-site services performed during other than normal working hours. AUTHORIZED SERVICES Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT Contractor shall submit monthly invoices in the arrears electronically via the Tungsten-Network System at the end of each month, for payment of the storage containers in that billing period.  Contractor shall submit original invoice electronically to:  Department of Veterans Affairs Financial Services Center http://www.tungsten-network.com (Toll-free telephone number: (877) 489-6135)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d09ab50538640979784a4f6c3414ecf/view)
 
Place of Performance
Address: 3350 La Jolla Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN06960774-F 20240210/240208230058 (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.