Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2012 FBO #3746
DOCUMENT

J -- SENSIS HEMODYNANIC MONITORING FROM DATE OF AWARD - 9/30/12 W/FOUR ONE YEAR OPTIONS - Attachment

Notice Date
2/24/2012
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Iowa City VAMC;601 Highway 6 W.;Iowa City IA 52246
 
ZIP Code
52246
 
Solicitation Number
VA26312Q0292
 
Response Due
2/24/2012
 
Archive Date
4/24/2012
 
Point of Contact
GARY L. ROGERS
 
E-Mail Address
Contract Specialist
(gary.rogers4@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Iowa City VA Medical Center, Iowa City, IA intends to negotiate a sole source procurement under the authority of FAR 6.302.1, with The University of Iowa, 200 Hawkins Drive, Iowa City, IA 52242. Interested parties may identify their experience in providing these services to the Contracting Officer via e-mail at gary.rogers4@va.gov or fax 319-887-4957. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA263-12-Q-0292 and issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55, effective February 2, 2012. The associated NAICS code is 541380 and small business size standard is $12.0 Million. This is not set-aside and is being negotiated as a sole source procurement. The requirement for this acquisition includes the following: Resources to be furnished by Cassling Diagnostic Imaging, Inc, 13800 F St. Omaha, NE, in accordance with the requirements of the contract below. B.2 PRICE/COST SCHEDULE ITEM DESCRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE 1 7.00 MO ___________________ ____________________ CONTRACTOR TO PROVIDE PRINCIPAL COVERAGE FOR GOVERNMENT OWNED EQUIPMENT FOR THE PERIOD OF DATE OF AWARD THROUGH 9/30/12, PER ATTACHED SCOPE OF WORK. SIEMENS MEDICAL SENSIS HEMODYNANIC MONITORING SYSTEM (SITE ID: 400-161823),VA#3002826. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-173977), LOCATED IN ROOM 2W178. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-176182), LOCATED IN ROOM 2W179. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-176183), LOCATED IN ROOM 2W179B. 2 12.00 MO ___________________ ____________________ OPTION YEAR #1 CONTRACTOR TO PROVIDE PRINCIPAL COVERAGE FOR GOVERNMENT OWNED EQUIPMENT FOR THE PERIOD OF 10/1/12 THROUGH 9/30/13, PER ATTACHED SCOPE OF WORK. SIEMENS MEDICAL SENSIS HEMODYNANIC MONITORING SYSTEM (SITE ID: 400-161823),VA#3002826. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-173977), LOCATED IN ROOM 2W178. SIEMENS MEDICAL 3 12.00 MO ___________________ ____________________ OPTION YEAR #2 CONTRACTOR TO PROVIDE PRINCIPAL COVERAGE FOR GOVERNMENT OWNED EQUIPMENT FOR THE PERIOD OF 10/1/13 THROUGH 9/30/14, PER ATTACHED SCOPE OF WORK. SIEMENS MEDICAL SENSIS HEMODYNANIC MONITORING SYSTEM (SITE ID: 400-161823),VA#3002826. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-173977), LOCATED IN ROOM 2W178. SIEMENS MEDICAL 4 12.00 MO ___________________ ____________________ OPTION YEAR #3 CONTRACTOR TO PROVIDE PRINCIPAL COVERAGE FOR GOVERNMENT OWNED EQUIPMENT FOR THE PERIOD OF 10/1/14 THROUGH 9/30/15, PER ATTACHED SCOPE OF WORK. SIEMENS MEDICAL SENSIS HEMODYNANIC MONITORING SYSTEM (SITE ID: 400-161823),VA#3002826. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-173977), LOCATED IN ROOM 2W178. SIEMENS MEDICAL 5 12.00 MO ___________________ ____________________ OPTION YEAR #4 CONTRACTOR TO PROVIDE PRINCIPAL COVERAGE FOR GOVERNMENT OWNED EQUIPMENT FOR THE PERIOD OF 10/1/15 THROUGH 9/30/16, PER ATTACHED SCOPE OF WORK. SIEMENS MEDICAL SENSIS HEMODYNANIC MONITORING SYSTEM (SITE ID: 400-161823),VA#3002826. SIEMENS MEDICAL SENSIS HEMODYNAMIC MONITORING SYSTEM WORKSTATION, (SITE ID: 400-173977), LOCATED IN ROOM 2W178. SIEMENS MEDICAL ____________________ GRAND TOTAL --- STATEMENT OF WORK SIEMENS MEDICAL SENSIS HEMODYNAMIIC MONITORING SYSTEM FULL SERVICE CONTRACT 1.SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide preventive maintenance and emergency (unscheduled) repair of Siemens Medical Sensis Hemodynamic Monitoring System at the Iowa City VA Healthcare System (VAHCS), in accordance with the attached equipment list (Attachment 1). 2.CONTRACT PERIOD: Contract period shall be from (today's date) until September 30, 2012 with four one year options included. 3.SERVICES TO BE PROVIDED: A.General: 1)Contractor will provide the necessary manpower and supervision to properly execute the maintenance and repair of the equipment listed in Attachment 1. 2)A "Field Service Report" (FSR) must be generated and a copy given to the Iowa City VAHCS's Contracting Officer's Technical Representative (COTR) or designee after each episode of scheduled or emergency maintenance. 3)Any removable storage devices (CD's, USB Flash Drives, external hard drives, laptops, etc.) being used by the Contractor on the VA's system must first be brought to the Biomedical Engineering office to be scanned for viruses in accordance with Facilities Management's policies and procedures. B.Repair: 1)All repairs will be performed between the hours of 8:00am and 5:00pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal business hours ("over-time" work), the contractor must obtain prior approval from the COTR. If such work is at the cost of the Iowa City VAHCS, a purchase order number must be obtained by the contractor prior to performing any "over-time" work. 2)The contractor will provide telephone technical support at no additional charge to the VA. 3)The contractor responds to service calls via telephone immediately, and will arrive on-site for repair within 24 hours of placing a service call by the VA. 4)Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition. C.Preventive Maintenance: 1)Preventive Maintenance will be performed by the contractor in accordance with manufacturer's recommendations, but no less than annually. 2)Contractor will furnish any required "PM kits" needed to perform Preventive Maintenance. D.Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Iowa City VA Medical Center. Required features include, at a minimum: 1)Serial Number of equipment serviced 2)Any and all work performed on a particular date 3)Preventive Maintenance - The contractor will perform PM according to manufacturer's specifications. The contractor will have written procedures to be followed and documented evidence that each piece of equipment has been inspected according to those procedures. E.New Equipment: Equipment may be added or deleted from the service contract as needed upon notification by the Contracting Officer (to be documented in writing via contract amendment). Deleted equipment will be credited in the full amount if deleted before any maintenance or repair has been performed on it. 4.SPECIAL INSTRUCTIONS: A.Contractor Check-In: The contractor's representative will contact Facilities Management at (319) 338-0581, ext. 3570, or (319) 631-5002, prior to performing service. B.Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed and parts replaced. The reports will be delivered to the Biomedical Engineering representative. An electronic copy may be emailed to the Biomedical Engineering Point of Contact. 5.TERMS AND CONDITIONS: A.User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs necessitated by user abuse and/or misuse of equipment. B.Exclusions: Service does not include electrical work external to the equipment. C.Inspection of Equipment: All bidders have the opportunity to make an appointment to inspect the equipment listed in Attachment 1 before submitting bids. Coordinate any visits beforehand with Biomedical Engineering, (319) 338-0581, ext. 3570. Attachment 1: EQUIPMENT LIST 1.VAID # 636 EE3002826, Siemens Medical Sensis Hemodynanic Monitoring System File Server, SITE ID: 400-161823, Located in room 2W179b-1-IC. a.Siemens Medical Sensis Hemodynamic Monitoring System Reporting Workstation, SITE ID: 400-173977, Located in room 2W178-1-IC. b. Siemens Medical Sensis Hemodynamic Monitoring System Reporting Workstation, SITE ID: 400-176182, Located in room 2W179-1-IC. c.Siemens Medical Sensis Hemodynamic Monitoring System Reporting Workstation, SITE ID: 400-176183, Located in room 2W179b-1-IC. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION TO SOLE SOURCE REQUIREMENT REQUIRED INFORMATION 1. FACILITY NUMBER-NAME-CITY, STATE: Iowa City VA Healthcare System, Iowa City, IA Station # 636A8 (584) 2. VISN OR PROGRAM ACTIVITY: 23 3. POC NAME AND TELEPHONE NUMBER: Katherine Beardsley, 319-338-0581, x6807 4. PROPOSED ACTION: Sole Source Procurement of SERVICE 5. DESCRIPTION OF REQUIREMENT: Service contract for preventive and emergency maintenance, including parts, software updates and technical support, of Siemens Sensis Hemodynamic Monitoring System at the Iowa City VA Healthcare System. "Supplies/Equipment: Technical characteristics can include, but are not limited to model, make, part number, color, size, quantity, delivery date, etc. Services: Refer to the statement of work, statement of objective, or performance work statement for your description. 6. STATUTORY AUTHORITY PERMITTING OTHER THAN FULL AND OPEN COMPETITION: Only One Responsible Source Available "FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements "FAR 8.405-6 Limited sources justification and approval "FAR 13.106-1(B) SAP Requirements - Soliciting From a Single Source "This is a reference to the part of the Federal Acquisition Regulation that allows an item to be purchased without being fully competed. This statement serves as a point of reference in case the justification is questioned. In this case, it would be reviewed for its relativity to this part of the Federal Acquisition Regulation 7. NATURE & BACKGROUND OF ACQUISITION TO JUSTIFY SOLE SOURCE: This system has proprietary software that is accessible for off-site troubleshooting through a VA National Site to Site VPN connection. These connections must be approved by national ISO's and the companies trying to make these connections must have certain levels of security clearance. There are also proprietary software keys used for troubleshooting that are accessible to Siemens/Cassling personnel only. Estimated cost is $7,690.00 from date of award through 9/30/12. "Describe the minimum salient characteristics that will meet your needs. This is the area where you explain why no other vendor anywhere can supply this requirement for you. Acceptable reasons for "sole source" include (but are not limited to): bound by contract, technical order specification, warranty service, or regional standardization. If the reason for sole source is determined locally, offer what market research or clinical guidelines led to the decision. If this item is included in an allowance standard for War Reserve Materiel (WRM), cite the allowance standard, required source, and stock number for this item. NOTE FOR WRM PURCHASES: The Defense Logistics Agency is your primary source for WRM equipment. Be sure to determine availability from a DLA item manager before contracting for WRM equipment. If DLA cannot meet your timelines for WRM equipment, your urgency may be further justification for other than full and open competition. See your Medical Logistics Flight Commander for more details. 8. PROVIDE INFORMATION SHOWING MARKET RESEARCH WAS CONDUCTED: To my knowledge, there are no other companies that are able to offer this service due to the unavailability of software maintenance access, and the level of security clearance and approvals needed for the VPN connection. Other vendors could potentially provide the on-site support, but not the remote diagnostics. "This justification is for why no other vendor anywhere can supply your item or service and still meet your needs. Your rationale for barring other vendors is crucial to your justification. If you already cited the statutory reasons for a sole source, state, "See paragraph 7". If your rationale for a sole source purchase was determined locally, offer an explanation of the source selection process you went through to determine your sole source requirement. Unacceptable reasons include (but are not limited to) personal taste, good relationship with existing vendor, or one's comfort level with a particular vendor. "Describe the similarities and differences in vendors for the product that you are aware of that could assist or prevent the purchaser from obtaining the best value for you. Be sure to name the vendors. This section will help the purchaser decide which vendors are available to purchase this item from. If market research was not conducted, state it AND the reason that there was no market research. 9. PRICE ANALYSIS "FAIR AND REASONABLE": The contracting officer will make the determination if price is fair and reasonable. "This section is mandatory. Do not leave this section blank. Even though this must be purchased from only one source, you must still obtain a quote from the vendor for this purchase. This way you are able to verify added costs for delivery, your geographic region, or installation. Cite the pricing here. If you purchased this item before, compare this price to what you paid last time. Cite this here as well. 10. LISTING OF SOURCES EXPRESSING INTEREST IN THIS REQUIREMENT: Cassling Diagnostics/Siemens Medical, POC: Lori Graff, lgraff@cassling.com, 402-334-5000 x1152 "Enter or attach contact information for sources you cited in the description of your source selection. If sole source by statute, regulation, or standard, list contact information for that source here. 11. FUTURE ACTION TO OVERCOME BARRIER TO OTFOC: There is no action the VA can take to increase competition for this scenario. Any potential companies wishing to qualify for this procurement would have to obtain national site to site agreements with VA OI&T. "This section fulfills the legal requirement to affirm that the selection of a singular source for this requirement is an anomaly and that action will be taken in the future to ensure full competition in the future. The reason this is needed is to describe how the government will make an effort in the future to fully comply with the standard acquisition practices and not resort to creating unnecessary partnerships with few vendors at the risk barring full competition to circumvent the FAR. By signing this, you are telling the contracting officer to avoid the processes that assure best value and fairness in this acquisition. If the reason for sole source purchase is because of statute, standard, or regulation, enter "THE SOURCE FOR THIS PARTICULAR PURCHASE IS REQUIRED IAW [cite the standard here]. SUBMITTED BY: Signature: Department/Requestor Date: ____01/30/2012______ SIGNED BY: Signature: ___________________________________________ Warranted Contracting Officer Date: _________________ APPROVED BY: Signature: _____________________________________ NCM or Product Line Supervisor Date: ________________ Note: Anything that is over 500K will need to strictly follow the SOP J&A Attachment. The date of delivery is ordered by purchase order with delivery being FOB Destination to the Department of Veterans Affairs Medical Center, 601 Highway 6 West, Iowa City, IA 52246. (Contact Katherine Beardsley at (319) 338-0581, ext. 6807 for questions). The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition along with additional addenda. A statement regarding the applicability of the provision at FAR 52.212-2, Evaluation -- Commercial Items, is not applicable to this sole source acquisition. Offeror is to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, also applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 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), 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C 632(a)(2)), 52.222-3, Convict Labor (June 2003) (E.O. 11755), 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126), 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), 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b), 52.225-3, Buy American Act--Free Trade Agreements-- Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169), 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), 52.225-4 Buy American Act-Free Trade Agreements-Israeli Trade Act Certificate. The FAR clause at 52.232-34, Payment by Electronic Funds Transfer - Other than Central Contractor Registration applies to this acquisition as well. The VAAR Clauses applicable to this acquisition are 852.203-70 Commercial Advertising, 852.233-70 Protest content/alternative dispute resolution, 852.233-71 Alternate protest procedure, 852.246-70 Guarantee, 852.246-71 Inspection, 852.252-70 Solicitation provisions or clauses incorporated by reference, 852.273-70 Late offers, 852.273-71 Alternative negotiation techniques, and 852.273-74 Award without exchanges. Information concerning clauses and provision incorporated by reference may be obtained at http://farsite.hill.af.mil. Quote is due by 2:00 pm CST on February 24, 2012. Proposal may be mailed, faxed or emailed to Gary L. Rogers at the Department of Veterans Affairs, Iowa City VAMC, Contract Management (90C), 601 Highway 6 W, Iowa City IA 52246, fax: (319) 887-4957, or e-mail: gary.rogers4@va.gov. For additional information regarding this notice please contact Gary l. Rogers at the provided email address or by calling (319) 339-7158.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ICVAMC584/ICVAMC584/VA26312Q0292/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-Q-0292 VA263-12-Q-0292 (SENSIS).doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300356&FileName=VA263-12-Q-0292-000.doc)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=300356&FileName=VA263-12-Q-0292-000.doc

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DVA MEDICAL CENTER;HWY 6 WEST;IOWA CITY, IA
Zip Code: 52246
 
Record
SN02682915-W 20120226/120224235410-1baa974849ea699865fd457fba303216 (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.