The Network Contracting Office 17 intends to award a firm-fixed price contract in accordance with FAR Part 12, Acquisition of Commercial Items for the purchase of (See description below). 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 solicitation number is 36C25718Q0434. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94, effective January 19, 2017. The associated North American Industrial Classification System Code (NAICS) for this procurement is 339112 with a SDVOSB standard of 1000 employees. This acquisition is solicited as a 100% set-aside for SDVOSB.
Any questions relating to this solicitation; must be submitted no later than 28 Feb 2018.
Responses to the solicitation are due by 2 March 2018 12:00PM Central Time (CT) via e-mail:
[email protected]
777404-101 1 VMAX ENCORE 22 Vmax Encore VS 22
Pulmonary Function Measurement Modules
Vmax Series 1 EA
769734 2 Gas and Hose Kit Table VMAX Table
Gas and Hose Kit 1 EA
775543 3 VMAX ENCORE BRONC CHAL OPT CRYPKEY
Bronchial Challenge Testing Software
Option. Input own challenge testing
protocols into Vmax software or use
any of the default challenge tests
available. Up to 10 protocols
available with up to 20 levels per
protocol. 1 EA
761819 4 GAS- 99.00% OXYGEN(USP) 1 EA
463711 5 REGULATOR O2 0-80 PSIG CGA 870
Oxygen Regulator, E Size 1 EA
28001 6 REGULATOR O2 0-80 PSIG 1 EA
eCMS Item
673666 7 GAS 16% 02 4% C02 BAL N2 CGA973 FTG 1 EA 0.0000
28669-001 8 KIT,HP OFFICEJET PRO 6230 1 EA 0.0000
27566-001 9 SINGLE MONITOR CONSOLE - 1 EA 0.0000
26751-307 10 OPTIPLEX XE2 WIN7 64BIT VMAX - Dell
Optiplex XE2 Mini Tower computer. 1 EA 0.0000
769299 11 ADAPTER POWER CORD IEC M TO US F 1 EA 0.0000
720254 12 SYRINGE 3 LITER MANUAL CALIBRATION 1 EA 0.0000
773835-101 13 INSTRUMENT ASSY V62J AUTOBX Vmax
Whole Body Plethysmograph. Large cabin
space 1 EA 0.0000
774292-101 14 KIT NITROGEN LUNG VOL W/GAS V62J
FRC Calibration Kit for Autobox with
Gas: 1 EA 0.0000
775542 15 VMAX ENCORE PULM INTERP OPT CRYPKEY 1 EA 0.0000
776142 16 ENCORE MAX PRESSURE OPTN CRYP
Maximum Pressure option for both
Inspiratory and Expiratory pressures
(MIP/MEP). 1 EA 0.0000
97021-204 17 EXT WARR-VMAX 22/ 29/ 229E-FLEX
PLAN-4 YRS Ext Warr - Vmax Encore -
Flex Plan: 1 EA 0.0000
97022-104 18 EXT WARR-VMAX 62J / 62JW-PARTS
ONLY-4 YRS Ext Warr - Vmax Encore -
Parts Only: 1 EA 0.0000
V-577201-102 19 SENTRYCONNECT SEAT LICENSE FOR VMAX 1 EA 0.0000
V-491820 20 SENTRYCONNECT IMPLEMENTATION SETUP
FEE 1 EA 0.0000
27210-001 21 SENTRYCONNECT UPGRADE PACKAGE FROM
VLINK 1 EA 0.0000
TOTAL COST: $
DESCRIPTION/SPECIFICATIONS/WORK STATEMENT
VMAX ENCORE 22 Pulmonary Function Measurement Modules
CONTRACTING OFFICERS TECHNICAL REPRESENTATIVE (COTR): VANTHCS will appoint one (1) COTR for this contract. When service is requested, the contractor will always contact the COTR Tamira Dyers at (214) 857-1517
SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled delivery will be provided only during Contractor s normal working hour s local site time. Upon acceptance of this contract, the Contractor shall immediately contact the COTR Tamira Dyers at 214-857-1517, to schedule mutually agreeable delivery times.
SCOPE OF WORK: Delivery and set up of VMAX ENCORE 22 Pulmonary Function Measurement Modules for the Dallas VA Gastroenterology Endoscopy Unit, Medicine Service, 4500 South Lancaster Rd. Dallas, TX 75216-9982. Delivery activities shall consist of the following:
Setup.
Delivery of all items necessary to install the VMAX ENCORE 22 Pulmonary Function Measurement Modules for operation.
Post installation inspection.
COTR will verify that required specifications are met and testing will be performed as necessary to meet VA and vendor requirements.
C. Item will be installed by Dallas VA Bio medical team with the assistance of vendors from CareFusion technicians.
Upon receiving a maintenance and repair call from VANTHCS, the Contractor shall make a return telephone call for within 2 hours. The Contractor will restore the equipment to FULL PERFORMANCE within forty-eight (48) hours of the original call. The Contractor shall notify the COTR of the existence or development of any defects in the equipment covered under this contract which the Contractor considers he/she is not responsible for under the terms of the contract (such as operator misuse). Training and support and preventative maintenance and educational courses to be provided on-site as indicated.
VMAX ENCORE 22 Pulmonary Function Measurement Modules:
Four LMD-2451MD/HD: LMD-2451MD/HD 24" FLT SCREEN HD MONITOR
VMAX ENCORE 22 Vmax Encore VS 22 Pulmonary Function Measurement ModulesVmax
GAS and HOSE KIT TABLE VMAX 22 Table Gas and Hose Kit
GAS- 99.00% OXYGEN(USP)
REGULATOR O2 0-80 PSIG CGA 870 Oxygen Regulator, E Size
REGULATOR O2 0-80 PSIG
GAS 16% 02 4% C02 BAL N2 CGA973 FTG
KIT,HP OFFICEJET PRO 6230
SINGLE MONITOR CONSOLE
OPTIPLEX XE2 WIN7 64BIT VMAX
ADAPTER POWER CORD IEC M TO US F
SYRINGE 3 LITER MANUAL CALIBRATION
INSTRUMENT ASSY V62J AUTOBX Vmax Whole Body Plethysmograph.
KIT NITROGEN LUNG VOL W/GAS V62J FRC Calibration Kit for Autobox
VMAX ENCORE BRONC CHAL OPT CRYPKEY Bronchial Challenge Testing
VMAX ENCORE PULM INTERP OPT CRYPKEY Pulmonary Interpretations
ENCORE MAX PRESSURE OPTN CRYP
PULMONARY OR EXERCISE ONSITE TRAINING
EXT WARR-VMAX 22/ 29/ 229E-FLEX PLAN-4 YRS Ext Warr - Vmax Encore - Flex Plan
EXT WARR-VMAX 62J / 62JW-PARTS ONLY-4 YRS Ext Warr - Vmax Encore - Parts Only
SENTRYCONNECT SEAT LICENSE FOR VMAX
SENTRYCONNECT IMPLEMENTATION SETUP FEE
SENTRYCONNECT UPGRADE PACKAGE FROM VLINK
EXCLUSIONS (unless otherwise quoted) :
Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications.
Modification or corrections to installation room or supplied power.
PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment.
PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III):
This system does contain Patient Health Information (PHI) and Individually Identifiable Information (III).ÃÂ ÃÂ No VA data will leave the VA Facility.ÃÂ If a hard drive or any other electronic storage device needs to be replaced, the device will be given to the ISO.ÃÂ After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested.ÃÂ The repair of this system will be supervised by a VA employee in BioMed to assure data does not leave the facility.ÃÂ The COTR is responsible to assure that no VA data leaves the facility and an employee supervises repair.ÃÂ No Security & privacy training is needed by the vendor because the repair will be supervised.ÃÂ No other security statement is needed.ÃÂ
DOCUMENTATION: Contractor will provide the COTR with individual written reports which describe the maintenance and repair service performed on the equipment under warranty in sufficient detail so as to be acceptable by field inspectors of the Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated VANTHCS personnel.
Prior to award, bidder must have a facility to include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations.
The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor.
Warranty items that expire during the contract period will be added to the contract as appropriate.
9. NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative, and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer s representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative.
10. RECORDS MANAGEMENT:
A. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 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.
B. 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.
C. 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.
D. 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.
E. Contractor shall not create or maintain any records containing any Government Agency
records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1.
F. The Government Agency owns the rights to all data/records produced as part of this
contract.
G. 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.
H. 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.].
I. 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.
J. 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.
11. HD Statement: Electronic storage devices (ESD) of all forms containing any VA data shall not be removed from VA control. If the ESD needs to be replaced, the failed ESD shall be given to the facility Information Security Officer (ISO) for sanitization. Following sanitization of the ESD and at the request of the vendor, the sanitized ESD may be returned to the vendor for inventory purposes. If the equipment/system must be taken off VA premises for service or at the end of a lease, the ESD shall be removed by the vendor without cost to the VA and left at the VA for reinstallation or sanitization. Questions can be referred to the ISO.
12. SECURITY STATEMENT: No remote access. Chaperoned on site!
13. END OF CONTRACT: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date.
Bid Protests Not Available