J065--PeriOp Premium Support Contract

Agency:
State: West Virginia
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159753341121802
Posted Date: Feb 22, 2024
Due Date: Feb 29, 2024
Source: Members Only
Follow
J065--PeriOp Premium Support Contract
Active
Contract Opportunity
Notice ID
36C24524Q0299
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 11:29 am EST
  • Original Response Date: Feb 29, 2024 03:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J065 - MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 811210 - Electronic and Precision Equipment Repair and Maintenance
  • Place of Performance:
    Louis A. Johnson VA Medical Center 1 Medical Center Drive Clarksburg , WV 26301
    USA
Description
The Louis A. Johnson VA Medical Center is conducting this Sources Sought to identify contractors who possess capabilities to provide the services described in the Statement of Work below.
As permitted by the FAR Part 10, this is a market research tool being utilized for the informational and planning purposes. Your responses will assist the Government in the development of its acquisition strategy.
Response is strictly voluntary it is not mandatory to submit a response to this notice to participate in formal RFQ process that may take place in the future. However, it should be noted that information gathered through this notice may significantly influence our acquisition strategy. All interested parties will be required to respond separately to any solicitation posted as a result of this sources sought notice.
Respondents will not be notified of the results of the evaluation. We appreciate your interest and thank you in advance for responding to the sources sought.
This service will be implemented using the North American Industry Classification System (NAICS) Code 811210.
If a small business is interested in this procurement, they must provide at least 51 percent of the services rendered.
NOTES
All Capability Statements/Responses to this Sources Sought Notice shall be submitted via email only to tracy.dotson@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted. Responses to this Sources Sought Notice must be received no later than February 29, 2024 at 3:00 p.m. (Eastern Standard Time). This Sources Sought Notice may or may not assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought Notice.

DISCLAIMER
This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI.

INTERESTED & CAPABLE RESPONSES:
NCO 5 is seeking responses from businesses that are interested in this procurement and consider themselves to have the resources, rights, and capabilities necessary to provide these services. Please respond with your:
Business name (including Unique Entity ID (SAM.gov), business type, socio-economic status (e.g., Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), etc.), person of contact (including telephone number & email address).
Capability statement
GSA Contract number, if applicable, to include NAICS
Brief summary of categories of professional services that your company can provide.
Applicable Certification(s)/Licenses

STATEMENT OF WORK
GENERAL

Scope of Services:
The purpose of this requirement is to provide for maintenance and support for the installed Periop Surgical Workflow system at Louis A. Johnson VAMC. The requirement shall include all maintenance for the DSS VistA Integrated LiveData PeriOp Manager and the perpetual licenses. The contract shall include all parts, materials, labor, and travel to complete the servicing of the warrantied equipment and software system, in addition to any included training.

Location: Louis A. Johnson VAMC, 1 Medical Center Drive, Clarksburg, WV 26301

WORK HOURS

Hours of Operation: Normal business hours are Monday through Friday, 7:00 a.m. to 4:30 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor shall arrange in advance with the Contracting Officer s Representative (COR).
Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 7:00 a.m. to 4:30 p.m., excluding holidays.
National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination.

PERIOD OF PERFORMANCE

5/1/2024-10/31/2024

SPECIFICATIONS
Inclusions
DSS VistA integrated LiveData Periop Manager Large (6-9 OR/Procedure Suites). Annual Maintenance and Support
DSS VistA Integrated LiveData PeriOp Manager Performance analytics ADD ON. Perpetual License Annual Maintenance and Support
Corrective Maintenance
The contract shall include all corrective (unplanned) maintenance/repair of the equipment/software in accordance with the manufacturer s manual.
Recalls & Alerts-- Contractor shall perform all remediation actions needed for product alerts and recalls issued for the system.
Parts/Materials/Tools/Labor
All parts and materials to complete the maintenance shall be included as a part of this contract
Contractor shall provide their own tools to complete the maintenance.
All labor (including travel) to complete the maintenance is included in the contract.
Updates/Patching
Contractor shall complete available updates to the software at the discretion of Biomedical Engineering.
Contractor shall complete all patching according to manufacturer s specifications
Response Time
Contractor shall respond to trouble phone calls within thirty minutes.
Contractor shall respond on-site when required within 24 hours upon receipt of trouble call.
Check in/Out
Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department.
Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information.
Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure.
Contractor personnel shall sign out upon completion of visit.
Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired.
The VA campus is non-smoking. Contractor personnel are required to comply with this policy.
Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas.
Reporting
Contractor shall provide a copy of the service report, complete with test data, to the contract COR within five working days after completion of any services.
Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided.
Remote Support
The Contractor shall provide a telephone line available 24/7 for technical support. Contractor shall also provide a phone number for VA staff to call to dispatch Contractor field service engineers/technicians.
If remote support via site-to-site virtual private network (VPN) is required, Contractor shall work with the COR and the facility Information Security Officer (ISO) to meet the requirements prior to connection. A National Site to Site MOU/ISA is the preferred way to complete this connection.
Patient Health Information
The Contractor shall safeguard patient health information.
The Contractor shall report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information.
Contractor shall note remove any hard drives, storage devices, or anything containing patient health information from the site.
Contractor Requirements
All Contractor personnel performing services on the equipment shall have factory training and experience in the maintenance and repair of the equipment.
Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government.
Safety and Security
Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact.
Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures.
Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials.
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 (i.e., trees, shrubs, lawn/turf, curbs, 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.
Chemical Use
Prior to performance of any work, the Contractor will be required to furnish the Contracting Officer with the trade names (if any) and chemical names of all chemicals to be used, along with a label showing contents, the use strength of the chemical as applied, and the antidote thereto.
Contractor shall furnish the same information each time a change is made to the chemicals or products used in the performance of this contract.
This information is required for emergency treatment in the event of ingestion or and/or contact with the material by humans.

QUALITY ASSURANCE

End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional following service/repairs.
Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution.
Documentation with be completed in the Government systems.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 22, 2024 11:29 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >