Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOURCES SOUGHT

S -- SVC, REFURBISHMENT OF OR TABLES AND STRETCHERS

Notice Date
4/12/2010
 
Notice Type
Sources Sought
 
NAICS
811420 — Reupholstery and Furniture Repair
 
Contracting Office
Department of Veterans Affairs;Contracting Officer (A138P&C);VA Puget Sound Healthcare System;9600 Veterans Drive, Bldg 17;Tacoma WA 98493
 
ZIP Code
98493
 
Solicitation Number
VA-260-10-RP-0635
 
Response Due
4/12/2010
 
Archive Date
4/17/2010
 
Point of Contact
Alisha Joyce253-583-2518
 
E-Mail Address
Contract Specialist
(alisha.joyce@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the items described below. Potential offerors are invited to provide feedback via e-mail to Alisha Joyce at Alisha.Joyce@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. 0001 - Refurbishment of OR Tables and Stretchers as indicated in the SOW. Base year: May 1, 2010 through April 30, 2011 0002 - Refurbishment of OR Tables and Stretchers as indicated in the SOW. Option year 1: May 1, 2011 through April 30, 2012 0003 - Refurbishment of OR Tables and Stretchers as indicated in the SOW. Option year 2: May 1, 2012 through April 30, 2013 0004 - Refurbishment of OR Tables and Stretchers as indicated in the SOW. Option year 3: May 1, 2013 through April 30, 2014 0005 - Refurbishment of OR Tables and Stretchers as indicated in the SOW. Option year 5: May 1, 2014 through April 30, 2015 The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Alisha Joyce at alisha.joyce@va.gov: 1) Company name, address, point of contact name, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. North American Industry Classification System (NAICS) code is 811420, Reupholstery and Furniture Repair; the largest a firm can be and still qualify as a small business for Federal Government programs is no less than $7.0 Million under NAICS code 811420. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) Brief capability statement with enough information to determine if the company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the items listed above. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. All interested contractors should notify this office in writing or via email by 4:00 PM Pacific Daylight Time on April 21, 2010. Submit response and information to: Alisha Joyce, Puget Sound Health Care System, American Lake Division, 9600 Veteran Drive Bldg 7, Tacoma WA 98493 or alisha.joyce@va.gov. The DRAFT Statement of Work follows. DRAFT COPY STATEMENT OF WORK - 1. EQUIPMENT IDENTIFICATION A.Service contract for one-time refurbishment and ongoing maintenance contract starting the date of contract award through April 30, 2011, with four option years for a total of five years. SCHEDULE OF EQUIPMENT EQUIPMENT IDENTIFIEREQUIPMENT DESCRIPTION American Lake EE67903Stryker table, Model 1033 SN 0512070514 Acquired 2006 American Lake EE67904Stryker table, Model 1033 SN 051070515 Acquired 2006 Seattle EE57827Steris table, Model 3085 AMSCO SN B428102073 Acquired 2002 Seattle EE57828Steris table, Model 3085 AMSCO SN B428102072 Acquired 2002 Seattle EE57826Steris table, Model 3085 AMSCO SN B428202089 Acquired 2002 Seattle EE50811North American Draeger table, Model Fabius GS SN 11308 Acquired 2003 Seattle EE50866Steris table, Model 3085SP SN B417900023 Acquired 2000 Seattle EE63253Steris table, Model 3085 AMSCO SN B434404056 Acquired 2005 Seattle EE63254Steris table, Model 3085 AMSCO SN B43404142 Acquired 2005 Seattle EE48573Orthopedic Systems Inc, Model 5890 SN 969 Acquired 1999 Seattle EE81883Stille Surgical Inc, Model IMAGIQ SN 00493 Acquired 2008 B.Contractor shall furnish all necessary travel, labor, freight support, installation, materials, tools, documentation, and parts required for the inspection, support, and refurbishment of the equipment, software, and accessories listed in the Schedule of Equipment, located at the VA Puget Sound Health Care System. This contract shall cover a one-time refurbishment, and a 6-month warranty period on the refurbishment, following the date of acceptance, in accordance with all terms, conditions, provisions, schedules, and specifications of this solicitation. Refurbishment shall include, but may not be limited to: 1.Complete disassembly 2.Clean and inspect all parts for wear 3.Complete rebuild of ram 4.Disassemble and inspect gear train for wear 5.Replace, lubricate, and adjust any worn parts 6.Inspect, reassemble, and adjust pump 7.Reassemble and adjust table elevator 8.Strip, sand, and refinish all painted parts 9.Recondition and buff all stainless, brass, and copper parts 10.Refinish all chrome parts 11.Replace all casters 12.Replace all brake feet 13.Replace and adjust all crank handles 14.Replace all decals and selector labels 15.Replace pad set and Velcro table strips 16.Replace all worn pads, bearings, seals, hoses, and valves as necessary 17.Inspect all circuit boards, hand controls, hydraulic pumps, and cylinders, if non-functional, will be replaced at the cost of these specific parts. No labor costs shall be added for installing and calibrating these parts). C.Contractor shall provide a warranty on the refurbishment service, for a period of six months following acceptance of the refurbished table or stretcher. D.Contractor shall furnish all necessary travel, labor, materials, tools, documentation, and parts required for the inspection, support, and repair of the equipment, software, and accessories listed in the Schedule of Equipment, located at the VA Puget Sound Health Care System. This contract shall cover the period during the designated hours of coverage, in accordance with all terms, conditions, provisions, schedules, and specifications of this solicitation. 2.DEFINITIONS/ACRONYMS A.VA - Department of Veterans Affairs Medical Center, also known as the VA Puget Sound Health Care System. VAPSHCS - VA Puget Sound Health Care System. Two divisions of the VAPSHCS: Seattle and American Lake. 1.VAPSHCS Seattle Division, 1660 S. Columbian Way, Seattle, WA 98108. 206-762-1010. 2.VAPSHCS American Lake Division, Tacoma, WA 98493. 253-582-8440. B.M&O - Maintenance and Operations Supervisor or designated staff (138-M&O). Seattle Division 206-764-3145, building 1 Work Order Desk. C.CO - Contracting Officer of the Department of Veterans Affairs, VA Puget Sound Health Care System (VAPSHCS), Seattle and American Lake Divisions, Washington, 206-764-2206. D.COTR - Contracting Officer's Technical Representative, M&O, Seattle Division 206-764-3145. E.FSE - Field Service Engineer. A fully qualified individual who is authorized by the contractor to perform maintenance (corrective and preventive) services on the VAPSHCS premises as defined in the terms of this contract. F.ESR - Vendor Engineering Service Report (Service Tickets). Documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G.Acceptance Signature - Signature by VAPSHCS employee indicating acceptance of FSE work completion or pending status as stated on ESR. H.Authorization Signature - COTR's signature accepting work as stated on the ESR. 3.CONFORMANCE STANDARDS A.Contract service shall ensure that the equipment functions in conformance with the specifications used when the equipment was procured by the VAPSHCS, and any installed updates, upgrades, and designated accessories, as well as following LATEST published standards/ specifications/regulations: Manufacturer's specifications, Association for the Advancement of Medical Instrumentation (AAMI), Joint Commission for the Accreditation of Healthcare Organizations (JCAHO), National Fire Protection Agency 99 (NFPA-99), Center for Device and Radiological Health (CDRH), Original Equipment Manufacturer (OEM), American Hospital Association (AHA), Institute of Electrical And Electronic Engineers (IEEE), Occupational Safety and Health Administration (OSHA), College of American Pathologists (CAP), VAPSHCS standard operating procedures, and any other Federal, State, and Local regulations mandated. 4.HOURS OF COVERAGE A.Normal VAPSHCS working hours are Monday through Friday, 8 a.m. to 4:30 p.m., excluding federal holidays. Federal Holidays observed by the VAPSHCS are: New Years' DayMartin Luther King DayPresidents' Day Memorial DayIndependence DayLabor Day Columbus DayVeterans' DayThanksgiving Day Christmas Day B.All service/repairs shall be performed during normal hours of coverage, with approval of the COTR. Work performed outside the normal hours of coverage at the request of FSE will be considered service during normal hours of coverage. Normal hours of coverage for this contract are: Monday through Friday from 8:00 a.m. to 4:30 p.m., excluding federal holidays, unless expanded hours are provided by the contractor at no extra cost. C. Contractor must provide the COTR with the means to request and receive prompt emergency telephone support from an FSE, within two (2) of the COTR's request. This emergency call back service shall be provided during normal hours of coverage at no extra charge to the Government. The contractor must also provide a 24x7 contact number in case services are needed outside normal hours of coverage. D.Contractor's FSE must respond with a phone call to the COTR two (2) hours after receipt of telephoned notification. If the problem can not be corrected by phone or modem, the FSE shall commence work (on-site physical response) within eight (8) normal hours of coverage after receipt of notification and shall proceed progressively to completion without undue delay. (For example, if hours of coverage are 8:00 a.m. to 4:30 p.m., Mon. through Fri., an eight hour response means, if a call is placed at 3:15 p.m., Monday August 10th, the FSE must start on-site service before 3:15 a.m., Tuesday, August 11th, except when service outside hours of coverage is authorized by appropriate personnel.) E.The Contractor shall provide M&O or COTR with any service representative name, address, and phone number. The Contractor is responsible for notifying M&O within twenty-four (24) hours of any changes in the emergency response information. 5.PREVENTIVE MAINTENANCE A.The Contractor shall perform PM Service to ensure that equipment listed in the schedules performs in accordance with Conformance Standards. B.The date of PM Service must be scheduled by the FSE with the COTR at least five (5) working days in advance according to the schedule below. All exceptions to the preventive maintenance schedule and procedure shall be addressed and approved in advance with the COTR. The time and frequency of preventive maintenance shall be based on the latest manufacturer's specifications, and all Conformance Standards listed, according to hours of use or months in service, and past PM dates. PM frequency and months due shall be listed on the purchase order. C.The Contractor shall provide the COTR with a copy of the preventive maintenance procedures that the Contractor shall follow, including the manufacturer specifications and any additional procedures followed by the Contractor. PM services provided by the Contractor must include but are not limited to the following: 1.Performing the manufacturer latest specifications for preventive maintenance on the equipment listed in the schedule of equipment. 2.Performing electrical safety inspections per latest publication of NFPA 99. 3.Cleaning of equipment, lubricating, and calibrating the equipment. 4.Testing and replacing faulty and worn parts and/or parts likely to become faulty, fail, or become worn. 5.Performing remedial maintenance/repairs of non-emergent nature. 6.Reviewing operating system software diagnostics to ensure that the system is operating in accordance with manufacturer's specifications. 7.Inspecting all high voltage cables and bushing, and replacement of dielectric as necessary. 8.Inspecting and replacing where indicated, electrical wiring and cables for wear and fraying. 9.Inspecting and replacing where indicated, all mechanical components which may include but not limited to: cables and mounting hardware, chains, belts, bearings and tracks, interlocks, clutches, motors, keyboards, and patient support devices for mechanical integrity, safety, and performance. 10.Returning the equipment to the operating condition defined in Conformance Standards. 11.Measuring, adjusting, and calibrating for optimal image quality, as necessary. 12.Checking and adjusting alignment as necessary. D.The Contractor shall provide complete and original documentation indicating PM work performed, referencing the procedures followed, actual values obtained to the COTR at the completion of the PM Service. E.Any charges for materials such as lubricants, fluids, cleaning supplies, parts, services, manuals, tools, or software required for the Contractor to successfully complete scheduled PM shall be provided by the Contractor and are included within this contract, and its agreed upon price. 6.UNSCHEDULED MAINTENANCE AND REPAIR SERVICES (INCLUDING REFURBISHMENT) A.Contractor shall maintain the equipment in accordance with the specifications listed in Conformance Standards, by returning failed components of a system to full operational capacity. The Contractor shall provide these repair services, which may consist of calibrating, cleaning, oiling, adjusting, replacing parts broken or worn beyond repair, and maintaining the equipment, including all intervening calls necessary between regular services and calibrations. Maintenance shall be carried out with the objective of minimizing equipment downtime. B.Contractor must provide prompt emergency telephone support to request service as defined in Hours of Coverage. Service calls to the Contractor requesting service are only authorized when they are received from the COTR, CO, or designated equipment users. Outside of the equipment's hours of coverage, emergency on-site services require authorization by the COTR under a separate purchase order. Service responses on calls from unauthorized personnel can result in nonpayment. C.Response Time: Contractor's FSE must respond with a phone call to the COTR two (2) hours after receipt of telephoned notification (see Hours of Coverage). If the problem can not be corrected by phone or modem, the FSE shall commence work (on-site physical response) within eight (8) normal hours of coverage after receipt of notification and shall proceed progressively to completion without undue delay. (For example, if hours of coverage are 8:00 a.m. to 4:30 p.m., Mon. through Fri., an eight hour response means, if a call is placed at 3:15 p.m., Monday August 10th, the FSE must start on-site service before 3:15 a.m., Tuesday, August 11th, except when service outside hours of coverage is authorized by appropriate personnel.) D.The Contractor shall provide timely and quality maintenance service and materials to insure all equipment is operable and available for use. Individual downtime will not exceed more than of three percent of the normal hours of coverage or twenty-five consecutive normal hours of coverage. Failure to maintain the equipment to meet these requirements will subject the contractor to default and penalty action as stated in the terms of this contract. 7.MAINTENANCE MATERIALS A.The Contractor shall have ready access to all materials needed to maintain equipment to meet the Conformance Standards, and shall make them available to its FSEs at no extra cost to the Government. This includes all: manufacturer operator and technical documentation (service manuals, operator manuals, parts list, schematics, etc.), test equipment, tools, diagnostic software, equipment software versions, all replacement parts, and all other materials needed to perform the necessary unscheduled and scheduled maintenance to the equipment. B.PARTS: The Contractor shall furnish and replace all equipment replacement parts for the equipment on contract, unless noted as excluded. These parts are included in the price of this contract, unless stated in the purchase order. The Contractor shall have ready access to all equipment parts, including unique and high morality replacement parts, in order to minimize downtime and meet equipment uptime requirements. Only new standard parts (manufactured by the maker of the equipment or equal thereto) shall be furnished by the Contractor. Rebuilt parts, used parts, or those removed from the same model of equipment shall not be installed without specific approval by the COTR. All parts supplied by the Contractor shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. C.SERVICE MANUALS: The VAPSHCS shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its FSEs all operational and technical documentation (such as: operational and service manuals, schematics, parts list, and diagnostic software) which are necessary to meet the performance requirements of this contract. D.TEST EQUIPMENT: The Contractor shall provide the VAPSHCS with a copy of the current calibration certification of all test equipment which are to be used by the Contractor on VAPSHCS's equipment. This certification shall also be provided on a periodic basis when requested by the VAPSHCS. Test equipment calibration shall be traceable to a national standard. 8.EQUIPMENT MODIFICATIONS All modifications, upgrades, updates, enhancements, etc., must be scheduled in advance with the COTR. CO and COTR must receive notice at least one week in advance before any equipment updates, upgrades, enhancements, and modifications are begun along with justification (if Vendor-suggested modification), estimated costs (if applicable), probable effect on equipment operation, and needs for new or additional inservice training. 9.REMOVAL OF EQUIPMENT Approval of the COTR and a VAPSHCS equipment pass must be obtained before removing equipment to Contractor's plant. Removal of the equipment shall be done with no additional costs to the government. The Contractor will be responsible for loss or damage of equipment when under the control of the Contractor. 10.REPORTING REQUIREMENTS A.The Contractor shall be required to report to the COTR in M&O, Seattle Building 1 during normal working hours, prior to and after any work is performed, every day that is required to complete the job. This check in is mandatory. B.When service is completed, the FSE shall document services rendered on a properly completed ESR. The FSE shall be required to log out with M&O and submit the ESR(s) to the COTR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COTR for an "authorization signature". If the COTR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested on the ESR). C.When the job cannot be completed by 4:30 p.m. during normal working hours, a status of progress, in the form of an ESR or verbal description, must be provided to the COTR before 4:00 p.m. D.At times when work is authorized to be done outside normal working hours and M&O is not staffed, FSEs shall be required to log in and out with Security/Police Service at the VAPSHCS entrance and receive proper identification badges. ESRs for these services, both completed and left in progress, will need an acceptance signature and left with the equipment user. 11.DOCUMENTATION/REPORTS A.Documentation in the form of ESRs must be furnished to the COTR for all scheduled and unscheduled maintenance performed by the Contractor. Payment will not be certified by M&O if proper documentation is not provided. B.The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance, including replaced parts and prices (for service outside normal working hours) procedures performed required to maintain the equipment in accordance with Conformance Standards. Each ESR must, at a minimum, document the following data legibly and in complete detail: 1.Name of Contractor. 2.Name of FSE who performed services. 3.Contractor service ESR number/log number. 4.Date, time (starting and ending), equipment downtime and hours on-site for service call. 5.VA purchase order number(s) covering the call (for the contract or one provided for authorized work performed outside normal hours of coverage or not covered by the contract). 6.Description of problem reported by COTR/user (if applicable). 7.Identification of all equipment serviced: device name/description, device location (if applicable), manufacturer's name, model number, serial number, inventory/barcode number, and other identification numbers. 8.Itemized description of service performed and parts replaced. 9.Results of calibration and/or performance testing. 10.Total cost to be billed if work was not in scope of contract (see paragraph C of this section). 11.Signatures: a.FSE performing services described. b.Acceptance signature. c.Authorization signature by COTR. (If the COTR is unavailable a signed, authorized, copy of the ESR will be sent to the Contractor after the work can be reviewed, if requested by the FSE and noted on the ESR.) C.Any additional charges claimed by the FSE/Contractor must be approved by the COTR before the service is completed. A purchase order number must then be provided to the FSE/Contractor by the COTR. 12.PAYMENTS AND ADDITIONAL CHARGES A.PAYMENTS: Invoices will be paid IN ARREARS on a schedule set within the first month of the contract (monthly, quarterly, etc.). The Contractor shall provide the invoices based on the request of the Contracting Officer. Invoices, MUST INCLUDE, at a minimum, the following information: Contractor name, purchase order number, period of service the billing covers, list of equipment items covered during the stated period of service. B.REPORTING REQUIRED FOR SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than twenty-four (24) hours after discovery, notify the CO and the COTR, IN WRITING of the existence or the development of any defects in, or repairs required to the schedule of equipment which the Contractor considers not to be responsible for under the terms of the contract. The Contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. This work shall not commence prior to the approval of the Contracting Officer, or it is done at the contractor's risk and expense. CADDITIONAL CHARGES: There shall be no additional charge for time spent at the site (during, or after the normal hours of coverage) awaiting the arrival of additional FSE and/or delivery of parts. 13.PENALTIES A. Contractor shall be liable to the Government for losses of production due to significant equipment downtime. Significant equipment downtime is that which exceeds one percent (3%) or more than twenty-five consecutive hours of the normal hours of coverage per quarter. Records regarding downtime will be kept by the COTR and the maintenance contractor. BEquipment downtime is calculated only from those normal hours of coverage, see Hours of Coverage Section, that the scheduled equipment is not fully operational. Downtime will begin when the contractor is required to be on site (see Unscheduled Maintenance), after notification by the CO, COTR, or designated alternate. Downtime will accumulate until the scheduled equipment is returned to full and usual operation, per the Conformance Standards, and accepted as such by the CO, COTR or designated alternate. Scheduled service shall be excluded from downtime. Refusal of access to the equipment indicates that the unit is up and running and this time will not be considered when determining downtime. Refusal of access to the equipment voids the service call. C.Ten percent of the monies will be subtracted from the contract if the contractor exceeds the equipment downtime limits, according to the amount of downtime over three percent incurred by the medical center. Failure to meet these downtime limits can also result in default action. D.If downtime exceed twenty-five (25) consecutive hours of coverage, the COTR may exercise the option to hire an alternate source to resolve the problem. The decision to exercise this alternative will reside exclusively with the COTR. All fees generated by the alternate Contractor(s) will be handled in accordance with the default clause. 14.INITIAL CONTRACTOR INSPECTION AND SUBMITTALS A.All Contractor inspections and submittals must be done within thirty days after this contract has been awarded to the Contractor. B.Equipment placed under maintenance contract for the first time shall be subject to inspection by the Contractor. Within a thirty (30) day period after award of the contract, the Contractor shall reject any equipment deemed to be in poor operating condition. Failure to reject such equipment shall constitute acceptance. Upon rejection, the CO and COTR shall be notified in writing as to the specific item(s) of equipment deemed to be in poor operating condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. C.The Contractor shall perform scheduled preventive maintenance on contracted equipment manufacturer's specifications. Within a thirty day period after award of the contract, the Contractor shall submit to the COTR, at no cost, a copy of these preventive maintenance procedures that the Contractor will follow. These procedures include a copy of the manufacturer's procedures, which must be followed at a minimum, and any additional preventive maintenance procedures the Contractor will provide. D.The Contractor shall have fully qualified FSE performing all service on the equipment under contract. Within a thirty day period after the award of the contract, the Contractor shall submit a list of the fully qualified FSEs who shall perform the contracted service at this VAPSHCS for each make and model of equipment on the equipment schedule. The list for each FSE performing work at this VAPSHCS will include: their name, geographic location, length and type of experience maintaining medical equipment (specific to make and model of equipment), and their formal training (specific to the make and model of equipment). E.The Contractor shall provide the VAPSHCS with a list of all test equipment, manuals, and diagnostic software and related keys which are to be used by the Contractor on VAPSHCS's equipment, within a thirty (30) day period after the award of the contract. The Contractor shall also provide a copy of the current calibration certification of all test equipment. 15.COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A.Each respondent must have an established business, with an office and full time staff. Generally, the Contractor shall have two years of successful experience in fully maintaining the full schedule of equipment for this contract. This staff includes two "fully qualified" FSEs who shall serve as the primary technician and backup for the servicing of the items listed on the schedule of equipment at this VAPSHCS. B."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the schedule of equipment. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) performing preventive maintenance and equipment repairs on the equipment. C.The FSEs shall be authorized by the Contractor to perform the maintenance services contracted. All work shall be performed by "fully qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel to the VAPSHCS. The Contractor shall maintain records verifying the competency of their staff and must make these records available to the VAPSHCS on request within one working day. The CO or COTR may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAPSHCS equipment. The CO and COTR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAPSHCS equipment. D.If subcontractor(s) are used, they must be approved by the CO and COTR; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval or disapproval. 16.IDENTIFICATION, PARKING, SMOKING, SAFETY, AND VA REGULATIONS: A.The Contractor's FSE shall abide by all VAPSHCS station policies and requires. The Contractor's FSEs shall wear visible identification atall times while on the premises of the VAPSHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VAPSHCS Police/Security Service. The VAPSHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAPSHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. B.In the performance of this contract the Contractor shall take such safety precautions as the Contracting Officer or his designee may determine to be reasonably necessary to protect the lives and health of occupants of the facility. The Contracting Officer or his designee will notify the Contractor of any non-compliance with the foregoing provisions and the action to be taken. The Contractor shall, after receipt of such notice, immediately correct the conditions to which attention has been directed. Such notice, when served on the Contractor or his representative at the site of the work shall be deemed sufficient for the purpose aforementioned. Contracting Officer may issue an order, stopping all or any part of the work and hold the Contractor in default. C. Information Security: If the Contractor has access to patient information or hardware containing patient information, the contractor must follow VA NW Health Network (VISN 20) Standard Operating Procedure 1.3.h Contractor Background Security Investigations as well as VA national information security standards referred to in the SOP including: VA Directive 0710, Personnel Suitability and Security Program; VA Directive 6500, Information Security program; VA Handbook 0710, Personnel Suitability and Security Program; Information Letter 90-01-6, Contractor Personnel Security Requirements; Notice 06-6, Procedures for Initiating Background Investigations for Contractors. If using VPN connection the contract must follow VA information technology standards for gaining VPN access. DRAFT COPY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/VA-260-10-RP-0635/listing.html)
 
Record
SN02118739-W 20100414/100412234309-5787871ca08c74b1722049b39214d001 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.