Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2012 FBO #3757
DOCUMENT

65 -- PM Audiometer - Attachment

Notice Date
3/6/2012
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Network Contracting Activity 8 (NCA 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24812Q1021
 
Response Due
4/6/2012
 
Archive Date
4/11/2012
 
Point of Contact
Leonora R Simmons
 
E-Mail Address
2-7592<br
 
Small Business Set-Aside
Total Small Business
 
Description
STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS/WORK STATEMENT FOR AUDIOLOGY EQUIPMENT PREVENTIVE MAINTANENCE BELONGING TO THE JAMES A. HALEY VA MEDICAL CENTER AND ITS CLINICS I. Scope of Work: The contractor shall furnish all labor, equipment, transportation, and parts necessary to provide a maintenance agreement and certification of the equipment listed and located at 13000 Bruce B. Downs Blvd., Tampa, Florida 33612 and other JAHVAMC facilities at 14020 North 46th Street, Tampa, Pasco OPC, Brooksville CBOC, and Lakeland CBOC for the period of May 1, 2012 through and including April 30, 2013, both dates inclusive. II. QUALIFICATIONS OF PERSONNEL SERVICING EQUIPMENT A. Each respondent must have an established business with an office and full time staff to include a "fully qualified" field service engineer (FSE) and a "fully qualified" field service engineer (FSE) who will serve as backup. B. "Fully Qualified" is based upon training and hands on experience in the field. For training, the FSE(s) has successfully completed a formalized training program of the equipment identified in schedule of services. For field experience, the FSE(s) has a minimum of two (2) years experience with respect to scheduled and unscheduled preventive and remedial maintenance of audiologic equipment. C. The FSE(s) shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "fully qualified" competent FSE(s). The Contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the Contractor services at the VA. The Contracting Officer (CO) 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 VA equipment. The CO and/or Contracting Officer's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VA equipment. D. If subcontractors are used, the CO must approve them in advance. The Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. III. SERVICES TO BE PROVIDED: A. SERVICE: 1. All maintenance will be performed during normal VA business hours (8:00a.m.-5:00p.m.) Monday through Friday, except Federal holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with the COR if such services are provided without additional charge to the Government. Any overtime charges must be approved by the COR or designee prior to the initiation of overtime work. TEN (10) HOLIDAYS OBSERVED BY THE FEDERAL GOVERNMENT ARE AS FOLLOWS: New Years DayJanuary 1st Martin Luther King Day3rd Monday in January President's Day3rd Monday in February Memorial DayLast Monday in May Independence DayJuly 4th Labor Day1st Monday in September Columbus Day2nd Monday in October Veterans DayNovember 11th ThanksgivingLast Thursday in November ChristmasDecember 25th 2. The VA shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its FSE(s), all operational and technical documentation (e.g., operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. Any charges for parts, manuals, tools, or software required to successfully complete any service required are included within this contract and it's agreed upon price unless specifically stated in writing otherwise. B. PARTS: All replacement parts, except exclusions listed below, required to keep equipment performing within the manufacture's specifications will be provided by the contractor. All parts must meet or exceed factory specifications to maintain compatibility with systems presently in place and with future performance/reliability upgrades. Parts removed (replaced) by the contractor become property of the contractor. C. SCHEDULED MAINTENANCE: 1. The contract will include two (2) comprehensive scheduled maintenance inspections (preventive maintenance (PM) to be performed in June and December. A mutually agreeable time for the inspections will be scheduled through the COR. 2. The contractor will perform PM Service to ensure the equipment listed in schedule functions in conformance with the latest published edition of NFPA-99, OSHA, and CDRH. The contractor will provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. Preventive maintenance procedures will be submitted to the COR for approval prior to the initiation of this service contract. PM SERVICES SHALL INCLUDE BUT NEED NOT BE LIMITED TO THE FOLLOWING: Cleaning of equipment; Reviewing operating system diagnostics to ensure that the systems operate to the manufacture's specifications; Calibrating and lubricating the equipment; Performing remedial maintenance of non-emergent nature; Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail, or become worn; Inspecting all cables and bushings and replacement as necessary; Inspecting and replacing where indicated electrical wiring and cables for wear and fraying; Inspecting and replacing where indicated all mechanical components including but not limited to cables and mounting hardware, chains, hoses, tubing and clamps, belts, bearings and tracks, interlocks, clutches and motors for mechanical integrity, safety, and performance; Returning the equipment to full and proper operating condition; Providing documentation of service performed. Parts and assemblies will be repaired or replaced as necessary. An electrical safety inspection will be done at the time of the preventive maintenance and results will be documented. IV. SPECIAL INSTRUCTIONS A. Contractor Check-in: The contractor's representative will report to the COR, Biomedical Engineering, D024-01, prior to performance of service. On approved overtime, contractor will report to VA Police Dispatch, A115-01. B. Documentation: At the conclusion of each repair or scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, the serial number, the location of the equipment serviced, the name of the FSE, the hours worked, services performed and parts replaced. The reports shall be delivered to the COR, Biomedical Engineering for review and signature when work is complete. During non-standard hours, reports shall be taken to VA Police Dispatch for signature. C. Exclusions: Consumable parts and supplies are not covered under this contract except as specifically listed. D. Inspection of Equipment: Any site visits shall be coordinated in advance with COR, Biomedical Engineering (813) 972-7632. E. New Equipment: During the term of this contract, the Government may at its option, add or delete equipment to this contract. Maintenance charges and credits for the added/deleted equipment are: a.For the same type and model number, the charges specified in the contract; or b.For items not specified in the contract, a mutually agreed upon charge no greater than the OEM's GSA schedule charge or commercial charge if no schedule is available. With No Sensitive but Require Training VA INFORMATION AND INFORMATION SYSTEM SECURITY/PRIVACY LANGUAGE VA INFORMATION CUSTODIAL LANGUAGE: a. If VA determines that the contractor has violated any of the information confidentiality, privacy, and security provisions of the contract, it shall be sufficient grounds for VA to withhold payment to the contractor or third party or terminate the contract for default or terminate for cause under Federal Acquisition Regulation (FAR) part 12. SECURITY INCIDENT INVESTIGATION: a. The term "security incident" means an event that has, or could have, resulted in unauthorized access to, loss or damage to VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access. b. To the extent known by the contractor/subcontractor, the contractor/subcontractor's notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant. c. With respect to unsecured protected health information, the business associate is deemed to have discovered a data breach when the business associate knew or should have known of a breach of such information. Upon discovery, the business associate must notify the covered entity of the breach. Notifications need to be made in accordance with the executed business associate agreement. d. In instances of theft or break-in or other criminal activity, the contractor/subcontractor must concurrently report the incident to the appropriate law enforcement entity (or entities) of jurisdiction, including the VA OIG and Security and Law Enforcement. The contractor, its employees, and its subcontractors and their employees shall cooperate with VA and any law enforcement authority responsible for the investigation and prosecution of any possible criminal law violation(s) associated with any incident. The contractor/subcontractor shall cooperate with VA in any civil litigation to recover VA information, obtain monetary or other compensation from a third party for damages arising from any incident, or obtain injunctive relief against any third party arising from, or related to, the incident. LIQUIDATED DAMAGES FOR DATA BREACH: a. Consistent with the requirements of 38 U.S.C. §5725, a contract may require access to sensitive personal information. If so, the contractor is liable to VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. b. The contractor/subcontractor shall provide notice to VA of a "security incident" as set forth in the Security Incident Investigation section above. Upon such notification, VA must secure from a non-Department entity or the VA Office of Inspector General an independent risk analysis of the data breach to determine the level of risk associated with the data breach for the potential misuse of any sensitive personal information involved in the data breach. The term 'data breach' means the loss, theft, or other unauthorized access, or any access other than that incidental to the scope of employment, to data containing sensitive personal information, in electronic or printed form, that results in the potential compromise of the confidentiality or integrity of the data. Contractor shall fully cooperate with the entity performing the risk analysis. Failure to cooperate may be deemed a material breach and grounds for contract termination. SECURITY CONTROLS COMPLIANCE TESTING : On a periodic basis, VA, including the Office of Inspector General, reserves the right to evaluate any or all of the security controls and privacy practices implemented by the contractor under the clauses contained within the contract. With 10 working-day's notice, at the request of the government, the contractor must fully cooperate and assist in a government-sponsored security controls assessment at each location wherein VA information is processed or stored, or information systems are developed, operated, maintained, or used on behalf of VA, including those initiated by the Office of Inspector General. The government may conduct a security control assessment on shorter notice (to include unannounced assessments) as determined by VA in the event of a security incident or at any other time. TRAINING: a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete VA Privacy and Information Security Awareness and Rules of Behavior Training. (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Rules of Behavior. b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required. c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete. The Certification and Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required for this SOW.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24812Q1021/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-12-Q-1021 VA248-12-Q-1021.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=303707&FileName=VA248-12-Q-1021-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=303707&FileName=VA248-12-Q-1021-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02690197-W 20120308/120307120711-1b40ae12582c0c55f96e9732b6d8f276 (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.