Point Of Contact Not Available
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 Phoenix VA Health Care System (PVAHCS), located at 650 E. Indian School Road
Phoenix, AZ 85012 requires a service agreement to provide annual preventive and repair maintenance on its audiology equipment.
Scope
The Contractor shall be certified to service the audiology equipment specified in this SOW.
The Contractor shall provide on-site preventive maintenance and emergency repair services for:
(15) Audio Booths;
(15) Audioscan Verifit hearing verification systems;
(5) Natus Bio-logic AuDX Pro diagnostic otoacoustic emissions (OAE) systems;
(12) Grason-Stadler GSI AudioStar audiometers;
(15) Grason-Stadler GSI Tympstar middle ear analyzers;
(4) Natus Bio-logic Navigator Pro Auditory Evoked Potential (AEP) testers;
(3) Globalmed telehealth carts, each containing:
(1) Otometrics Madsen Astera audiometer,
(1) Otometrics Aurical Aud audiometer,
(1) Otometrics Aurical Hearing Instrument Test (HIT) chamber, and
(1) Otometrics Madsen OTOflex tympanometer.
Preventive maintenance service:
Preventive maintenance services shall include activities such as: performance assessment, calibration, and verification of operation.
If a device is found to require repair during preventive maintenance, then the Contractor shall repair the device.
Coverage hours shall be Monday-Friday, 7am-4pm LST, excluding federal holidays.
The Contractor shall schedule a time to service the equipment with the Agency.
The Contractor shall provide all necessary tools, labor, equipment, materials, and travel expenses.
Emergency repair service
Emergency repair service shall include all activities and materials necessary to make the device or system functional.
Coverage hours shall be Monday-Friday, 7am-4pm LST, excluding federal holidays.
The Contractor shall respond to service requests within 1 hour
The Contractor shall be on-site within 24 hours.
The Contractor shall provide all necessary tools, labor, equipment, materials, and travel expenses.
Parts shall be shipped within 1 business day
If a device is found to require repair during preventive maintenance, then the Contractor shall repair the device as part of the preventive maintenance.
The Contractor shall have its own stock of replacement parts for the medical devices.
The Contractor shall notify the Agency his/her intent to come on-site before arrival.
The Contractor shall check-in with the Biomedical Engineering department upon arrival on station. The Biomedical Engineering department is located in Building 1, Room 1163.
The Contractor shall verify that the infusion pumps are fully functional before checking out.
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.
Performance Monitoring. The Agency shall oversee work done by the vendor and accept the quality of work as appropriate.
Security Requirements.
Security Requirements for Unclassified Information: The Contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract.
The Contractor shall have access to a patient care area.
The Contractor shall not have access to sensitive information, PHI, or PII.
A Business Associate Agreement is not needed.
Records Management Language for Contracts. The following standard items relate to records generated in executing the contract:
Citations to pertinent laws, codes, and regulations such as 44 U.S.C. chapters 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.
The Contractor shall treat all deliverables under the contract as 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.
The 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.
The 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.
The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data.
The 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, mode of transmission, or state of completion.
No disposition of documents shall 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 files 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.
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.
Risk Control. The Contractor shall be escorted by the Agency. The Contractor may need passes from the on-station Police Department.
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
The Agency shall provide utilities necessary for the equipment and Contractor to operate. These utilities include but are not limited to electricity and availability of space.
The agency shall provide furniture necessary for the Contractor to operate on-site. These furnishing include but are not limited to tables and chairs.
The Agency shall provide physical access to the equipment.
The Agency shall initiate service calls.
Other Pertinent Information or Special Considerations.
Possible Follow-on Work: This contract shall allow for the addition and deletion of equipment.
Potential Conflicts of Interest (COI): None
Non-Disclosure Requirements: None.
Packaging, Packing and Shipping Instructions: All parcels and packages shall come through the Agency s warehouse to be distributed either through Biomedical Engineering or the field service engineer. All parcels and packages will ship the same business day.
Inspection and Acceptance Criteria: The Agency will sign off on the work completed if service is determined to be satisfactory.
Place of Performance and PM Frequency.
Phoenix VA Health Care System
650 E. Indian School Rd.
Phoenix, AZ 85012
CBOC-Northwest
13985 W. Grand Ave., Ste 101
Surprise, AZ 85374
CBOC-Southeast
3285 S. Val Vista Dr.
Gilbert, AZ 85297
CBOC-Northeast
11390 E. Via Linda Rd., Ste 105
Scottsdale, AZ 85259
CBOC-Southwest
9250 W. Thomas Rd.
Phoenix, AZ 85037
CBOC-Show Low
5171 Cub Lake Rd., Ste C380
Show Low, AZ 85901
LINE NO.
MODEL
S/N
EE#
LOCATION
PM FREQ.
1
Audio Booth
#1 A&B
26484
PHX
Annual
2
Audio Booth
#1 A&B
64472
CBOC NW
Annual
3
Audio Booth
#1A
1901A
CBOC SE
Annual
4
Audio Booth
#1B
1901B
CBOC SE
Annual
5
Audio Booth
#2 A&B
26485
PHX
Annual
6
Audio Booth
#2 A&B
64473
CBOC NW
Annual
7
Audio Booth
#2A
1902A
CBOC SE
Annual
8
Audio Booth
#2B
1902B
CBOC SE
Annual
9
Audio Booth
#3 A&B
26486
PHX
Bi-Annual
10
Audio Booth
#3A
1903A
CBOC SE
Annual
11
Audio Booth
#3B
1903B
CBOC SE
Annual
12
Audio Booth
#4 A&B
26487
PHX
Annual
13
Audio Booth
#4A
1904A
CBOC SE
Annual
14
Audio Booth
#4B
1904B
CBOC SE
Annual
15
Audio Booth
#5 A&B
26488
PHX
Annual
16
Audioscan Verifit
3105
50814
PHX
Annual
17
Audioscan Verifit
3103
50815
PHX
Annual
18
Audioscan Verifit
3104
50816
PHX
Annual
19
Audioscan Verifit
3107
50818
PHX
Annual
20
Audioscan Verifit
3423
53819
PHX
Annual
21
Audioscan Verifit
3422
53818
PHX
Annual
22
Audioscan Verifit
4741
64474
PHX
Annual
23
Audioscan Verifit
5953
83505
PHX
Annual
24
Audioscan Verifit
3106
50817
CBOC NW
Annual
25
Audioscan Verifit
4130
59978
CBOC NW
Annual
26
Audioscan Verifit
4742
64475
CBOC NW
Annual
27
Audioscan Verifit
5954
83506
CBOC SE
Annual
28
Audioscan Verifit
5952
83507
CBOC SE
Annual
29
Audioscan Verifit
5951
83508
CBOC SE
Annual
30
Audioscan Verifit
5950
83509
CBOC SE
Annual
31
Bio-logic AuDX Pro
07C10482B
50586
PHX
Annual
32
Bio-logic AuDX Pro
08F12216B
54042
PHX
Annual
33
Bio-logic AuDX Pro
09H14254E
62533
CBOC NW
Annual
34
Bio-logic AuDX Pro
08E11987B
54043
CBOC SE
Annual
35
Bio-logic AuDX Pro
13J20827E
84312
CBOC SE
Annual
36
GSI AudioStar
GS0057142
90354
PHX
Annual
37
GSI AudioStar
GS0057134
90358
PHX
Annual
38
GSI AudioStar
GS0055795
90355
PHX
Annual
39
GSI AudioStar
GS0055556
90356
PHX
Bi-Annual
40
GSI AudioStar
GS0057568
91714
PHX
Annual
41
GSI AudioStar
GS0060238
92943
PHX
Annual
42
GSI AudioStar
AA095107
63344
CBOC NW
Annual
43
GSI AudioStar
AA095118
63345
CBOC NW
Annual
44
GSI AudioStar
GS0051610
83514
CBOC SE
Annual
45
GSI AudioStar
GS0051462
83515
CBOC SE
Annual
46
GSI AudioStar
GS0051466
83516
CBOC SE
Annual
47
GSI AudioStar
GS0051454
83517
CBOC SE
Annual
48
GSI Tympstar
GS44058
67029
PHX
Annual
49
GSI Tympstar
GS44206
67030
PHX
Annual
50
GSI Tympstar
GS44128
67031
PHX
Annual
51
GSI Tympstar
GS44126
67032
PHX
Annual
52
GSI Tympstar
GS0050607
80077
PHX
Annual
53
GSI Tympstar
GS0050605
80078
PHX
Bi-Annual
54
GSI Tympstar
GS0050608
80079
PHX
Annual
55
GSI Tympstar
AA095062
63346
CBOC NW
Annual
56
GSI Tympstar
AL095068
63347
CBOC NW
Annual
57
GSI Tympstar
GS0051293
84303
CBOC SE
Annual
58
GSI Tympstar
GS0051289
84304
CBOC SE
Annual
59
GSI Tympstar
GS0051568
84305
CBOC SE
Annual
60
GSI Tympstar
GS0051570
84306
CBOC SE
Annual
61
GSI Tympstar
GS0051565
84307
CBOC SE
Annual
62
GSI Tympstar
AA062809
47767
CBOC SE
Annual
63
Bio-logic Navigator Pro
13I07032
79775
PHX
Annual
64
Bio-logic Navigator Pro
13I07033
79776
PHX
Annual
65
Bio-logic Navigator Pro
336506
63256
CBOC NW
Annual
66
Bio-logic Navigator Pro
13L07113T
84299
CBOC SE
Annual
67
TeleHealth GlobalMed Carts
107251
67202
CBOC SHOWLOW
Annual
68
TeleHealth GlobalMed Carts Astera
431012
67202
CBOC SHOWLOW
Annual
69
TeleHealth GlobalMed Carts Aurical REM
430870
67202
CBOC SHOWLOW
Annual
70
TeleHealth GlobalMed Carts HIT Units
431012
67202
CBOC SHOWLOW
Annual
71
TeleHealth GlobalMed Carts Otoflex
427298
67202
CBOC SHOWLOW
Annual
72
TeleHealth GlobalMed Carts
107249
67047
CBOS NE
Annual
73
TeleHealth GlobalMed Carts Astera
125378
67047
CBOS NE
Annual
74
TeleHealth GlobalMed Carts Aurical REM
150953
67047
CBOS NE
Annual
75
TeleHealth GlobalMed Carts HIT Units
104820
67047
CBOS NE
Annual
76
TeleHealth GlobalMed Carts Otoflex
151774
67047
CBOS NE
Annual
77
TeleHealth GlobalMed Carts
7631024212
97282
CBOC SW
Annual
78
TeleHealth GlobalMed Carts Astera
192352
97282
CBOC SW
Annual
79
TeleHealth GlobalMed Carts Aurical REM
192193
97282
CBOC SW
Annual
80
TeleHealth GlobalMed Carts HIT Units
192352
97282
CBOC SW
Annual
81
TeleHealth GlobalMed Carts Otoflex
153337
97282
CBOC SW
Annual
Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources 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 811219 ($20.5M).
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 Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to
[email protected]; and shall be received no later than 4:00 pm Arizona Mountain Standard Time on August 16, 2017.
Bid Protests Not Available