Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 01, 2010 FBO #2960
SOLICITATION NOTICE

J -- Lab Insturment Software Support/Maintenance

Notice Date
12/30/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Louis A Johnson, VAMC;Contracting Office (90C);1 Med Center DR;Clarksburg WV 26301-4199
 
ZIP Code
26301-4199
 
Solicitation Number
VA-244-10-RQ-0089
 
Response Due
1/25/2010
 
Archive Date
2/24/2010
 
Point of Contact
Timothy Russell
 
E-Mail Address
Contracting Officer
(timothy.russell@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a Preventative Maintenance and Repair Service Contract for a period from Date of Award through September 30, 2010 and four option years, prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued through FedBizOpps. The Louis A. Johnson VA Medical Center intends to award a firm fixed price commercial services contract in response to the Request for Quote (RFQ) VA-244-10-RQ-0089. Copies of the complete RFQ are available upon request. The solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-30. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clause may be accessed in full text at this address www.acqnet.gov/far. The NAICS code is 811219. Proposed price should not expire before September 30, 2010. Award of this contract is expected to be made sometime after the close of this RFQ and before September 30, 2010. All Preventative Maintenance Service must be delivered before September 30, 2010. SUPPLIES OR SERVICES AND PRICES The VA Medical Center, Clarksburg, WV, shall award a maintenance service contract for maintenance support services as per DESCRIPTIONS/SPECIFICATIONS/WORK STATEMENT on the software listed below and four (4) option years. BASE YEAR: From Date of Award through September 30, 2010 EquipmentQuantityCost Data Innovations Instrument Manager Core Software v8.031$______________ IM-B02 Instrument Manager Software 1$______________ IM-E01 Instrument Manager Connection1$______________ IM-SM-01 Specimen Management Package1$______________ Total for services listed above$______________ OPTION YEAR 1: Period of October 1, 2010 through September 30, 2009 EquipmentQuantityCost Data Innovations Instrument Manager Core Software v8.031$______________ IM-B02 Instrument Manager Software 1$______________ IM-E01 Instrument Manager Connection1$______________ IM-SM-01 Specimen Management Package1$______________ Total for services listed above$______________ OPTION YEAR 2: Period of October 1, 2011 through September 30, 2012 EquipmentQuantityCost Data Innovations Instrument Manager Core Software v8.031$______________ IM-B02 Instrument Manager Software 1$______________ IM-E01 Instrument Manager Connection1$______________ IM-SM-01 Specimen Management Package1$______________ Total for services listed above$_____________ OPTION YEAR 3: Period of October 1, 2012 through September 30, 2013 EquipmentQuantityCost Data Innovations Instrument Manager Core Software v8.031$______________ IM-B02 Instrument Manager Software 1$______________ IM-E01 Instrument Manager Connection1$______________ IM-SM-01 Specimen Management Package1$______________ Total for services listed above$______________ OPTION YEAR 4: Period of October 1, 2013 through September 30, 2014 EquipmentQuantityCost Data Innovations Instrument Manager Core Software v8.031$______________ IM-B02 Instrument Manager Software 1$______________ IM-E01 Instrument Manager Connection1$______________ IM-SM-01 Specimen Management Package1$______________ Total for services listed above$______________ DESCRIPTIONS/SPECIFICATIONS/WORK STATEMENT I. Scope: The services to be provided by the contractor under this agreement shall consist of software maintenance and support for the software listed in SUPPLIES OR SERVICES AND PRICES. II. Period of Agreement: Unless otherwise specified, this contract will be for the period of October 1, 2009 through September 30, 2010 and four (4) option years. III. Hours of coverage: a. Normal hours of coverage are Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the Contracting Officer (CO). The Biomedical Manager or qualified designee shall serve as the Contracting Officer's Technical Representative (COTR). b. Work performed outside the normal hours of coverage at the request of the Contracting Officer will be billed at the contractor's normal hourly labor rate and normal hourly travel rate (if applicable). Work performed outside the normal hours of coverage at the request of the contractor will be considered service during normal hours of coverage. Federal Holidays observed by the VAMC are: New Year's DayLabor Day Martin Luther King DayColumbus Day President's DayVeteran's Day Memorial DayThanksgiving Day Independence DayChristmas Day IV. Services to be provided: a.Telephone Assistance: Telephone assistance will be provided twenty-four (24) hours per day, seven (7) days per week for the purpose of diagnosing and resolving equipment and software issues. E-mail, web-page and fax support may be considered as alternative and acceptable methods when applicable and/or necessary for resolving issues with the equipment and software listed in SUPPLIES OR SERVICES AND PRICES. b. Remote Support: If problems cannot be resolved via telephone or the other means addressed in Part IV, Section a. then the contractor will provide remote support via the VA's VPN client software to diagnose and resolve any issues concerning the equipment or software listed in SUPPLIES OR SERVICES AND PRICES. c. Repair: Inadequate or improper repairs performed by the contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. d. Preventive Maintenance: The contractor will perform one (1) annual inspection upon any and all hardware devices (if applicable) that are considered a component of the vendor-to-VistA interface that was installed as part of the software package. Preventive maintenance includes, but is not limited to: 1) Reviewing operating system diagnostics software to ensure that the software program is operating within its specifications. 2) Installing and maintaining all recommended software updates. 3) Inspecting any and all hardware devices provided with the software program that are necessary for the program to operate with the vendor-to-Vista interface. It is the sole responsibility of the contractor to perform all preventive maintenance inspections. The VA will not assume the responsibility of reminding the contractor that a preventive maintenance inspection is due to be performed. Preventive maintenance inspections will be performed on a weekday at a time set once the contract is awarded. The software program user, COTR and the contractor must all agree to the recurring time that will be set for the preventive maintenance inspection. The VA Medical Center shall provide the contractor with full, free and timely access to the software program to perform this service. e. Scheduling Arrangements: 1) Non-emergency remote support calls are ones which, in the estimation of the VA, are necessary to diagnose and repair software problems, but can be performed within normal working hours. Response time of the contractor for non-emergency remote support calls will be within eight (8) hours after being officially notified. Non-emergency remote support calls outside normal working hours will result in the contractor responding within eight (8) hours commencing the next available working day. 2) Emergency support calls are ones which, in the estimation of the VA, are necessary to diagnose and repair software problems, and must be performed as soon as possible. Response time of the contractor for emergency support calls will be within four (4) hours after being officially notified. Emergency service calls outside normal working hours will result in the contractor responding within four (4) hours commencing the next available working day. 3) The term "Response time of the contractor" indicates a return of a VA telephone call for assistance with software problems or e-mail notification that a qualified software engineer is available to provide support within the specified time frame. 4) Official notification for the need of support will be considered given at the time a message is left with the mechanism the contractor has in place to inform their employees of the VA's needs. Response time will commence once the notification is given. f. Special Instructions: 1) Instructional meeting: On the first visit to the site during the contract period, there will be a meeting of COTR, using service representative and contractor representative to discuss policies and expectations. 2) If necessary, the contractor's representative will report to Biomedical Engineering, Building 1, room B146 prior to performance of services; this check-in is mandatory. In the event that the contractor reports after normal working hours (emergency service calls only), the contractor will report to the maintenance representative of the equipment to be serviced. g. Documentation: Contractor will provide individual written service reports which describe services performed on to the software interface. The following information must be provided in each service report: 1) Date of service 2) Summary of problem and action taken 3) Labor hours 4) Travel time (If applicable) 5) Equipment serviced (description, equipment ID #, serial number, etc.) 6) Purchase order number (if necessary and/or available) 7) Certification that the software is operating within manufacturer's performance specifications h. Qualifications: Bidders shall be engaged full time in the maintenance of the software interface listed in SUPPLIES OR SERVICES AND PRICES. Contractor shall have access to complete service software and technical literature. V. Terms and Conditions: a. Remote Service Accessibility: The contractor will use the VA VPN secure tunnel to gain remote access to the equipment listed in SUPPLIES OR SERVICES AND PRICES as documented in the National Site 2 Site agreement between VA and PowerScribe. Any other means of access are prohibited due to Department of Veterans Affairs regulations. b. User Responsibility: Contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment. c. Exclusions: 1.Service does not include electrical work external to the equipment. 2.Service does not include support for software added by the VA for security or other software necessary for VA operations. 3.The VA will provide the necessary means for the protection and security of any and all patient data. Provisions and Clauses: Provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The offerror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussion. The government reserves the right to make no award as a result to this solicitation. 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402);52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2009); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; 52.217-8 Option to Extend Services (Nov 1999); VAAR 852.203-70 Commercial Advertising (Jan 2008);VAAR 852.211-70 Service Data Manuals (Nov 1984); VAAR 852.246-70 Guarantee (Jan 2008); VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008); 52.252-2 Clauses Incorporated by Reference (Feb199852.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)); 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)); 52.222-3, Convict Labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212); 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts); 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury);52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.216-1 Type of Contracts (APR 1984); The Government contemplates award of a (Firm Fixed Price) contract resulting from this solicitation; 52.233 Service of Protest (SEP 2006);VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (JAN 2008); 52.245-1A Government Property Alternate I (June 2007); 52.245-9 Use and Charges (June 2007); 852.246-71 Inspections (Jan 2008) 52.252-1; Solicitation Provisions Incorporated by (FEB 1998); This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html; http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm. Offers shall provide sufficient technical documentation to allow for thorough evaluation of proposal. Additionally the vendor shall fully explain their ability to meet the requirements from above. Electronic Invoice Submission: The Department of Veterans Affairs (VA Financial Service Center (FSC) is the designated agency office for invoice receipt in accordance with the Prompt Payment Act (5 CFR part 1315)). FSC or its designated representative may contact the vendor to provide specific instructions for electronic submission of invoices. The vendor will be responsible for any associated expenses. FSC may utilize third-party contractors to facilitate invoice processing. Prior to contact by FSC or its designated representative for electronic invoice submission, the vendor shall continue to submit all invoices to FSC at the following mailing address: Department of Veterans Affairs, Financial Services Center P.O. Box 149971 Austin TX 78714-8971. Offers shall be submitted to the Louis A. Johnson VA Medical Center, Attn: Timothy Russell (304) 623-3461 x3895, Contracting Specialist, 1 Med Center Drive, Clarksburg, WV 26301, no later than 3:00pm EST on January 25, 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by email at timothy.russell@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ClVAMC540/ClVAMC540/VA-244-10-RQ-0089/listing.html)
 
Place of Performance
Address: Louis A Johnson VAMC;One Medical Center Drive;Clarksburg WV;_;_
Zip Code: 26301
 
Record
SN02033311-W 20100101/091230235526-2616ab8c5028ad51f64de237242d9558 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.