Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 15, 2013 FBO #4101
DOCUMENT

J -- De-ionized Water Maintenance 612-C39 - Attachment

Notice Date
2/13/2013
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Pacific Islands Health Care System;459 Patterson Rd;Honolulu HI 96819-1522
 
ZIP Code
96819-1522
 
Solicitation Number
VA26113Q0777
 
Response Due
2/14/2013
 
Archive Date
2/24/2013
 
Point of Contact
Nicole Do
 
E-Mail Address
3-0346<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs intends to negotiate a noncompetitive award to Siemens Water Technology for preventative maintenance and gas tank replacement of de-ionized water machines located at VA Northern California Health Care System. This procurement is a sole source award as there is only one responsible source FAR 6.302-1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Sole source justification has been prepared in support of this acquisition. This notice is NOT a request for competitive proposals. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56. The NAICS code is 811219 and the small business size standard is $19.0 million. Statement of Work De-Ionized Water Preventative Maintenance for Replacements Veterans Affairs Northern California Health Care System (VANCHCS) 1.0 General Information: The contractor shall provide all labor, material, parts, supplies and equipment to perform complete inspection and replacement of carbon tanks, mixed bed tanks, filters, gaskets, UV lamps, and system sanitization as required at the locations listed below. 2.0 Location of Work: The Veterans Affairs Northern California Healthcare System locations are: 2.1 Redding Outpatient Clinic - 351 Hartnell Ave., Redding, CA 96002 2.2 Chico Outpatient Clinic - 280 Cohasset Road, Chico, CA 95926 2.3 Oakland Outpatient Clinic - 2221 Martin Luther King Jr. Way, Oakland, CA 94612 2.4 Martinez Outpatient Clinic - 150 Muir Road, Martinez, CA 94553 2.5 Mather Outpatient Clinic - 10535 Hospital Way, Mather, CA 95655 2.6 Redding Outpatient Clinic - 351 Hartnell Ave., Redding, CA 96002 3.0 Period of Performance: Base Year with four one-year options. Base Period: February 15, 2013 - September 30, 2013 Option Year One: October 1, 2013 - September 30, 2014 Option Year Two: October 1, 2014 - September 30, 2015 Option Year Three: October 1, 2015 - September 30, 2016 Option Year Four: October 1, 2016 - September 30, 2017 4.0 Scope of Work Tasks: 4.1 The VANCHCS laboratories require continuous feed type 1 reagent-grade de-ionized water for the operation of the Beckman Coulter chemistry analyzers. Type one (1) Reagent-Grade deionized water is also needed at these laboratories for the reconstitution of controls, calibrators, and reagents. Water systems are currently in place. 4.2 The Contractor shall provide periodic replacement of carbon tanks, mixed bed tanks, filters, gaskets, UV lamps, and system sanitization as needed. 4.3 The Contractor shall provide preventive maintenance and tank change as required in order to keep the system operational. 4.4 Service shall include delivery and exchange of tanks, filters, lamps, paper, and other related supplies. 5.0 Contractor Responsibilities. 5.1 The Contractor shall provide a list of personnel to the COR prior to the start of work. The list shall contain the full names of employees and telephone numbers and identify the individual(s) who will act/serve as leads or manager/supervisor. 5.2 ID BADGES: All contractors shall clearly display their hospital badge. All personnel shall obtain a VASNHCS issued ID badge from Human Resources prior to starting work. The badge will be displayed on the upper torso, picture side out at all times. 6.0 Annual Reports required: The Contractor shall submit within 30 days their service report. Results shall contain the following data: 6.1 Date of Inspection 6.2 Site Location 6.3 Results/summary of service/inspection 6.4 Parts replaced (description, item number) 7.0 Designation of Contracting Officers Representative (COR): 7.1 The Contracting Officer Representative (COR) will be appointed by the Contracting Officer who will provide technical guidance and clarifications to the contractor. 7.2 The COR or designated representative (VA employee) can escort of the contractor to all fire extinguisher locations. However, interpretation of contractual terms and/or financial matters is strictly the sole responsibility of the Contracting Officer and shall not be delegated. 8.0 Contractor Safety and Security Requirements. The contractor shall follow the safety and security requirements outlined in the Palo Alto VA Medical Center directives for Contractor Personnel Security Requirement (CPSR) program. (See attachment D) 9.0 Background Investigation/Screening. The background investigation commensurate with the required level of access is: NACI. 10.0 Government Responsibilities: 10.1 The COR will be responsible for performing any duties assigned by the VA Contracting Officer with regard to fulfilling the Contractor Personnel Security Requirements. Upon receipt, the local VA facility or VA SIC, will forward these items to OPM to conduct their portion of the background investigation or screening, as applicable. 10.2 The requesting VA facility will pay for any portion of the investigation or screening conducted by OPM, if any. Depending on the type of investigation/screening required, the local VA facility or VA SIC will notify the VA Contracting Officer after adjudicating the results of the background investigation or screening. The COR will ensure that the required investigations or screening have been completed or are in the process of being requested. 11.0 Contractor's Quality Control Plan 11.1 The contractor shall establish and maintain quality control to ensure all contract requirements are met. An original and one (1) copy of the QCP will be forwarded to the COTR along with the requested initial proposal. The COR will review the QCP and list any needed clarifications, and return to Contractor for response, if necessary. 11.2 The Contractor's QCP shall include the following or have incorporated into during performance of contract, at a minimum: 11.2.1 An inspection plan covering all services is required by this contract. The inspection plan must specify the areas to be inspected on either a scheduled or unscheduled basis and how often inspections will be accomplished and documented, and the title of the individual(s) who will perform the inspections. 11.2.2 On-site records of all inspections conducted by the Contractor noting necessary corrective action taken. The Government reserves the right to request copies of any and/or each inspection. 11.2.3 The methods for identifying and preventing deficiencies in the quality of service performed, before the level of performance becomes unacceptable and organizational functions noting intermediate supervisory responsibilities and overall management responsibilities for ensuring total acceptable performance. 11.2.4 The Contractor shall maintain records identifying the certifications and ongoing training of each employee performing services under this contract. The contractor shall make this record available for review by the VA. The Contractor shall provide a copy of the certification records and/or a photo copy of the employee's identification upon request by the COR. 12.0 Quality Assurance Monitoring: 12.1 The COR will evaluate the services required to ensure compliance. 12.2 The contractor shall perform all work in a satisfactory manner in accordance with the appropriate SOW tasks. The COR will not consider the task completed until all deficiencies have been corrected. 12.3 The COR will monitor the contractor's performance to assure that the performance thresholds and standards of performance are met in accordance with the statement of work and the QASP. In accordance with FAR 52.212-4 (a) "Inspection/Acceptance" the Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price, 13.0 Hours of Operation 13.1. All services provided at the VANCHCS shall be performed during normal working hours of 8:00 a.m. to 3:00 p.m., Monday through Friday, except holidays. 13.2. Holidays are those Federal holidays observed by the United States Government: New Year's Day; Martin Luther King Jr. Day; President's Day; Memorial Day; Independence Day; Labor Day; Columbus Day; Veteran's Day; Thanksgiving Day; Christmas Day; and any other day specifically declared by the President of the United States to be a Federal holiday. 14.0 Invoice / Payment: The Contractor shall submit a copy of the invoice at the end of the month when services are provided to the COR prior to submitting it to DFAS Austin. The COR will verify services rendered and authenticate the invoice via Online Certification System (OLCS). 15.0 Security: The C&A requirements do not apply, and that a Security Accreditation Package is not required. At no time will the vendor be in contact or have access to VA sensitive information. VA sensitive information procedures will be followed per VA Handbook 6500.6. The Contractor will adhere to VAAR 852.252-75, Security Requirements for Unclassified Information Technology Resources (Interim-October 2010). 15.1 VA Information Custodial Language - A prohibition on unauthorized disclosure: See VA handbook 6500.6 Appendix C, paragraph 3a. - Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1). 15.2 Security Incident Investigation- A requirement for data breach notification: See VA Handbook 6500.6, Appendix C, paragraph 6.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. 15.3 Liquidated Damages for Data Breach - A requirement to pay liquidated damages in the event of a data breach: See VA Handbook 6500.6, Appendix C, paragraph 7.a., 7.d.- 7a - 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.) 7.d -(Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the VA liquidated damages in the amount of $ 37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (1) Notification; (2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports; (3) Data breach analysis; (4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution; (5) One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 15.4 Training: A requirement for annual security/privacy awareness training:. See VA Handbook 6500.6, Appendix C, paragraph 9. 9 - a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to VA information and information systems; (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training; (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document - e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.] b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor 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. d. Requirement to sign VA's Rules of Behavior: "Before being granted access to VA information or information systems, all contractor employees and subcontractor employees requiring such access shall sign on an annual basis an acknowledgment that they have read, understand, and agree to abide by VA's Contractor Rules of Behavior which is attached to this contract." See VA Handbook 6500.6, Appendix C, paragraph 9, Appendix D. Note: If a medical device vendor anticipates that the services under the contract will be performed by 10 or more individuals, the Contractor Rules of Behavior may be signed by the vendor's designated representative. The contract must reflect by signing the Rules of Behavior on behalf of the vendor that the designated representative agrees to ensure that all such individuals review and understand the Contractor Rules of Behavior when accessing VA's information and information systems.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMROC/DVAMROC/VA26113Q0777/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-13-Q-0777 VA261-13-Q-0777.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=617760&FileName=VA261-13-Q-0777-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=617760&FileName=VA261-13-Q-0777-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02987134-W 20130215/130213234649-9e55272d22179cabccc29cc3c4ff54cd (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.