Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 04, 2015 FBO #4971
DOCUMENT

J -- Annual calibrations / certifications on audiometric equipment - Attachment

Notice Date
7/2/2015
 
Notice Type
Attachment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Veterans Affairs;Gulf Coast Veterans Health Care System;Network Contracting Office 16;400 Veterans Avenue;Biloxi MS 39531
 
ZIP Code
39531
 
Solicitation Number
VA25615Q0823
 
Response Due
7/30/2015
 
Archive Date
8/29/2015
 
Point of Contact
Rene' Impey
 
Small Business Set-Aside
Total Small Business
 
Description
The Gulf Coast Veterans Health Care System (GCVHCS), Biloxi, MS, is issuing a combined synopsis/ solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice in conjunction with procedures in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation is being issued. The solicitation number VA256-15-Q-0823 is issued as a Request for Quotation (RFQ). This document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-81 effective April 10, 2015. The NAICS code is 811219 and the size standard is $20.5 million. This requirement is for small business and will be firm-fixed-price. The closing date for this notice is 3:00 PM EST July 30, 2015. The requirement is for the following: Contractor shall furnish all tools, labor, transportation, documents fees and supervision necessary to perform all work associated with certification / calibration of audiometric equipment as further described in the Statement of Work (SOW) below. All certifications / calibrations are located at the Gulf Coast Veterans Health Care System, Biloxi, Mississippi. Services will be provided in accordance with terms and conditions stated here in. Contractor to provide services in accordance with terms and conditions of the contract for the period of October 1, 2015 through September 30, 2016, to include four (4) twelve (12) month option periods. To be eligible for award of a contract, vendor must be actively registered in the SAM database (http://www.sam.gov). Vendor is also required to complete representations and certifications found in the provision at 52.212-3, Offeror Representations and Certifications - - Commercial Items. Questions regarding this solicitation must be made in writing to the Contract Specialist, Rene' Impey at rene.impey@va.gov, or by fax at 228-523-4324, and must include the solicitation number VA256-15-Q-0823 on the subject line or the cover sheet. NO TELEPHONE REQUESTS OR INQUIRIES WILL BE ACCEPTED. Submissions must be received by 3:00 PM EST on July 30, 2015. In order to be responsive, the firm must offer a quote on all items and total base year including all option years pricing as provided below. Base Year: 10/01/2015 - 9/30/2016 Option year 1: 10/01/2016 - 9/30/2017 Option year 2: 10/01/2017 - 9/30/2018 Option year 3: 10/01/2018 - 9/30/2019 Option year 4: 10/01/2019 - 9/30/2020 Base Year: 10/01/2015 - 9/30/2016 ITEM NODESCRIPTIONQTYUNITUNIT COSTTOTAL 0001Provide OAE Calibration GSI Aurera7EA$$ 0002Provide Audiometer Calibration AVANT REM Speech Plus 10EA$$ 0003Provide Audiometer/Probe Microphone Measurement Calibration MADSEN AURICAL PNM6EA$$ 0004Provide Audiometer Calibration MADSEN AURICAL PLUS TC1EA$$ 0005Provide Audiometer Calibration MADSEN ASTERA7EA$$ 0006Provide Secondary Transducer Calibration for MADSEN ASTERA Units7EA$$ 0007Provide High Frequency Headphone Calibration for MADSEN ASTERA Units7EA$$ 0008Provide Tympanometer Calibration MADSEN OTOFLEX 10128EA$$ 0009Provide Tympanometer Calibration GSI TYMPSTAR V27EA$$ 0010Provide Sound Booth Certification6EA$$ 0011Provide Sound Level Meter Certification EXTECH4EA$$ 0012Provide Travel / Service Charge1EA$$ TOTAL BASE YEAR $ Option year 1: 10/01/2016 - 9/30/2017 ITEM NODESCRIPTIONQTYUNITUNIT COSTTOTAL 1001Provide OAE Calibration GSI Aurera7EA$$ 1002Provide Audiometer Calibration AVANT REM Speech Plus 10EA$$ 1003Provide Audiometer/Probe Microphone Measurement Calibration MADSEN AURICAL PNM6EA$$ 1004Provide Audiometer Calibration MADSEN AURICAL PLUS TC1EA$$ 1005Provide Audiometer Calibration MADSEN ASTERA7EA$$ 1006Provide Secondary Transducer Calibration for MADSEN ASTERA Units7EA$$ 1007Provide High Frequency Headphone Calibration for MADSEN ASTERA Units7EA$$ 1008Provide Tympanometer Calibration MADSEN OTOFLEX 10128EA$$ 1009Provide Tympanometer Calibration GSI TYMPSTAR V27EA$$ 1010Provide Sound Booth Certification6EA$$ 1011Provide Sound Level Meter Certification EXTECH4EA$$ 1012Provide Travel / Service Charge1EA$$ TOTAL OPTION YEAR 1 $ Option year 2: 10/01/2017 - 9/30/2018 ITEM NODESCRIPTIONQTYUNITUNIT COSTTOTAL 2001Provide OAE Calibration GSI Aurera7EA$$ 2002Provide Audiometer Calibration AVANT REM Speech Plus 10EA$$ 2003Provide Audiometer/Probe Microphone Measurement Calibration MADSEN AURICAL PNM6EA$$ 2004Provide Audiometer Calibration MADSEN AURICAL PLUS TC1EA$$ 2005Provide Audiometer Calibration MADSEN ASTERA7EA$$ 2006Provide Secondary Transducer Calibration for MADSEN ASTERA Units7EA$$ 2007Provide High Frequency Headphone Calibration for MADSEN ASTERA Units7EA$$ 2008Provide Tympanometer Calibration MADSEN OTOFLEX 10128EA$$ 2009Provide Tympanometer Calibration GSI TYMPSTAR V27EA$$ 2010Provide Sound Booth Certification6EA$$ 2011Provide Sound Level Meter Certification EXTECH4EA$$ 2012Provide Travel / Service Charge1EA$$ TOTAL OPTION YEAR 2 $ Option year 3: 10/01/2018 - 9/30/2018 ITEM NODESCRIPTIONQTYUNITUNIT COSTTOTAL 3001Provide OAE Calibration GSI Aurera7EA$$ 3002Provide Audiometer Calibration AVANT REM Speech Plus 10EA$$ 3003Provide Audiometer/Probe Microphone Measurement Calibration MADSEN AURICAL PNM6EA$$ 3004Provide Audiometer Calibration MADSEN AURICAL PLUS TC1EA$$ 3005Provide Audiometer Calibration MADSEN ASTERA7EA$$ 3006Provide Secondary Transducer Calibration for MADSEN ASTERA Units7EA$$ 3007Provide High Frequency Headphone Calibration for MADSEN ASTERA Units7EA$$ 3008Provide Tympanometer Calibration MADSEN OTOFLEX 10128EA$$ 3009Provide Tympanometer Calibration GSI TYMPSTAR V27EA$$ 3010Provide Sound Booth Certification6EA$$ 3011Provide Sound Level Meter Certification EXTECH4EA$$ 3012Provide Travel / Service Charge1EA$$ TOTAL OPTION YEAR 3 $ Option year 4: 10/01/2019 - 9/30/2020 ITEM NODESCRIPTIONQTYUNITUNIT COSTTOTAL 4001Provide OAE Calibration GSI Aurera7EA$$ 4002Provide Audiometer Calibration AVANT REM Speech Plus 10EA$$ 4003Provide Audiometer/Probe Microphone Measurement Calibration MADSEN AURICAL PNM6EA$$ 4004Provide Audiometer Calibration MADSEN AURICAL PLUS TC1EA$$ 4005Provide Audiometer Calibration MADSEN ASTERA7EA$$ 4006Provide Secondary Transducer Calibration for MADSEN ASTERA Units7EA$$ 4007Provide High Frequency Headphone Calibration for MADSEN ASTERA Units7EA$$ 4008Provide Tympanometer Calibration MADSEN OTOFLEX 10128EA$$ 4009Provide Tympanometer Calibration GSI TYMPSTAR V27EA$$ 4010Provide Sound Booth Certification6EA$$ 4011Provide Sound Level Meter Certification EXTECH4EA$$ 4012Provide Travel / Service Charge1EA$$ TOTAL OPTION YEAR 4 $ AGGREGATE TOTAL (BASE PLUS FOUR OPTION PERIODS):$_____________ STATEMENT OF WORK 1.SCOPE & EQUIPMENT CONTRACTOR SHALL PROVIDE ALL TOOLS, LABOR, TRANSPORTATION, SUPERVISION, AND PARTS NECESSARY TO PROVIDE FULL MAINTENANCE AND REPAIR SERVICES INCLUDING PREVENTIVE MAINTENANCE INSPECTIONS (Includes Telephone & On-Site Service), FOR Audiometric equipment, LOCATED AT The Gulf Coast Veterans Healthcare System; 400 Veterans Avenue; Biloxi, MS 39531. PROPOSALS SHALL BE DONE ON AN ALL OR NONE BASIS. Operator/applications phone support for users required. Equipment to be calibrated: EE#MFG NAME, MODEL, & S/N 55139AureraGS066713F127A-30-BXDAUDIOMETRIC MOD SYS 55140AureraGS066743F126A-30-BXDAUDIOMETRIC MOD SYS 55141AureraGS067283F118-30-BXD AUDIOMETRIC MOD SYS 55142AureraGS066833F113-30-BXD AUDIOMETRIC MOD SYS 55143AureraGS185853F125A-30-BXDAUDIOMETRIC MOD SYS 55144AureraGS066723F119A-30-BXDAUDIOMETRIC MOD SYS 55145AureraGS066463F117A-30-BXDAUDIOMETRIC MOD SYS 55153AVANT ARP7E234B03F135-30-BXDAVANT REM SPEECH PLUS 55154AVANT ARP7E243B03F136-30-BXDAVANT REM SPEECH PLUS 55155AVANT ARP7E236B03F136-30-BXDAVANT REM SPEECH PLUS 55156AVANT ARP7E242B03F141-30-BXDAVANT REM SPEECH PLUS EE#MFG NAME, MODEL, & S/N 55157AVANT ARP7E237B03F149-30-BXDAVANT REM SPEECH PLUS 55158AVANT ARP7E239B03F144-30-BXDAVANT REM SPEECH PLUS 55159AVANT ARP7E245B03F136-30-BXDAVANT REM SPEECH PLUS 55160AVANT ARP7E241B03F138-30-BXDAVANT REM SPEECH PLUS 55161AVANT ARP7E233B03F140-30-BXDAVANT REM SPEECH PLUS 55162AVANT ARP7E231B03F136-30-BXDAVANT REM SPEECH PLUS 55222AURICAL PMM3645203F144-30-BXDAUDIOMETRIC MOD SYS 55224AURICAL PMM3645243F140-30-BXDAUDIOMETRIC MOD SYS 55225AURICAL PMM3645193F149-30-BXDAUDIOMETRIC MOD SYS 55226AURICAL PMM3645153F141-30-BXDAUDIOMETRIC MOD SYS 55227AURICAL PMM3645113F138-30-BXDAUDIOMETRIC MOD SYS 55228AURICAL PMM3645233F135-30-BXDAUDIOMETRIC MOD SYS 55229AURICAL PLUS TC NONE 3F124-30-BXDAUDIOMETRIC MOD SYS 552501066367132 3F119-30-BXD ASTER 1066 MOD SYSTEM 552511066367119 3F124-30-BXD ASTER 1066 MOD SYSTEM 552521066364823 3F127-30-BXD ASTER 1066 MOD SYSTEM 552531066367130 3F125-30-BXD ASTER 1066 MOD SYSTEM 552541066367120 3F126-30-BXD ASTER 1066 MOD SYSTEM 552551066364822 3F117-30-BXD ASTER 1066 MOD SYSTEM 552561066364817 3F118A-30-BXDASTER 1066 MOD SYSTEM 55257OTOFLEX 10123712693F118A-30-BXDOTOFLEX 1012 55258OTOFLEX 10123712613F127A-30-BXDOTOFLEX 1012 55259OTOFLEX 10123712643F126A-30-BXDOTOTFLEX 1012 55260OTOFLEX 10123712653F125A-30-BXDOTOFLEX 1012 55261OTOFLIX 10123712673F124-30-BXD OTOFLEX 1012 55262OTOFLEX 1012 3712633F119A-30-BXDOTOFLEX 1012 55263OTOFLEX 1012 3712683F117A-30-BXDOTOFLEX 1012 55264OTOFLEX 1012 3712703F113-30-BXD OTOFLEX 1012 58519TYMPSTAR V2 GS00462553F118-30-BXDTYMPSTAR V2 ANALYZER 58520TYMPSTAR V2 GS00460513F126A-30-BXDTYMPSTAR V2 ANALYZER 58521TYMPSTAR V2 GS00460543F149-30-BXD TYMPSTAR V2 ANALYZER 58522TYMPSTAR V2 GS00460503F136-30-BXD TYMPSTAR V2 ANALYZER 58523TYMPSTAR V2 GS00462913F124-30-BXD TYMPSTAR V2 ANALYZER 58524TYMPSTAR V2 GS00462903F119A-30-BXDTYMPSTAR V2 ANALYZER 58525TYMPSTAR V2 GS00460523F142-30-BXD TYMPSTAR V2 ANALYZER 43892 QUEST BEH0600013F121-30-BXD SOUND PRO SE/DL EXTECH 130303452 3F121-30-BXD 407355 EXTECH Z095058 3F121-30-BXD 407768 EXTECH H243820 3F121-30-BXD 407768 EXTECH H243820 3F121-30-BXD 407768 2.DEFINITIONS/ACRONYMS: A.Biomedical Engineering - Supervisor or designee, Bldg 1 Rm 2B112, phone (228) 523-5720. B.CO - Contracting Officer. Government Agent authorized to affect contract, contract changes, and issue direction. C.COR - Contracting Officer Representative. Individual designated by the Contracting Officer to monitor contract performance, and coordinates performance efforts subject to authority limits designated. A designation letter identifying the COR for this project will be issued and signed by all parties prior to issuance of the NTP, or within ten (10) calendar days of contract award. D.PMI - Preventive Maintenance Inspection. Services that are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with (IAW) its original manufacturers intended design and functional capacity, with minimal incidence of malfunction or inoperative conditions. E.FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services. F.ESR - Vendor Engineering Service Report. The documentation/report of services rendered for each incidence of work performance under the terms and condition of the contract. G.Acceptance Signature - Authorized Department of Veterans Affairs (DVA) employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in ESR. H.Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. I.NFPA - National Fire Protection Association. J.OEM- Original Equipment Manufacturer. K.ISO- Independent Service Organization. L.PO- Purchase Order. The VA document that obligates funds. Include this number, as well as the contract number, on all correspondence. M.GCVHCS- Gulf Coast Veterans Health Care System 3.CONFORMANCE STANDARDS: Contractor shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, and the original equipment manufacturer's performance standards and specifications. 4.HOURS OF COVERAGE: A.Normal business hours of coverage are Monday through Friday from 8:00 a.m. to 4; 30 p.m., excluding Federal holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by the COR. Contractor's representative shall check in with Biomedical Engineering upon entering the facility, and shall sign in and out of the facility with Biomedical Engineering. B.Preventive maintenance inspections will be performed Semi annually during the months of January and July (adjusted for the basic year, depending on DOA). (Coordinate with COR). Inspections will be scheduled two weeks in advance with Biomedical Engineering. C.Work performed outside the normal hours of coverage at the request of COR shall be billed at the prices listed in the schedule. Billing shall include service time plus travel, and exclude parts as they are included in the contract. Work performed outside normal hours of coverage at the request of FSE shall be considered service during normal hours of coverage. D.Federal Holidays observed by the GCVHCS are: New Years DayLabor Day Martin Luther King DayColumbus Day President's DayVeterans Day Memorial DayThanksgiving Day Independence DayChristmas Day Or any other day specifically declared by the President of the United States to be a national holiday. 5.SCHEDULED MAINTENANCE: A.The contractor shall perform PMI service to ensure that equipment listed in the schedule performs IAW the Conformance Standards. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed, and actual values obtained (as applicable) shall be provided to the COR at the completion of the inspection/service. PMI services shall include, but need not be limited to, the following: 1.Cleaning of equipment. 2.Reviewing operating system software diagnostics to ensure that the equipment is operating according to original manufacturer's specifications. 3.Calibrating and lubricating the equipment. 4.Performing remedial maintenance of non-emergent nature. 5.Testing and replacing faulty and worn parts and/or parts which are likely to become faulty, fail or become worn. 6.Measuring, adjusting, and calibrating as necessary for optimal performance. 7.Inspecting, and replacing where indicated, electrical wiring and cables for wear and fraying. 8.The contractor prior to issuance of contract shall identify parts or components that are considered consumables. 9.Return equipment to full operating condition IAW the Conformance Standards. 10.Provide documentation of services performed. B. PMI services shall be performed in accordance with, and during the hours defined in, the preventive maintenance schedule established herein. All exceptions to the PMI schedule shall be arranged and approved in advance with the COR. Any charges for parts, services, manuals, tools, or software required to successfully complete schedule PMI are included within this contract, and its agreed upon price. C. The contractor shall furnish all documentation of all measurements and calibrations to the COR, to ensure that the system is performing in accordance with the Conformance Standards (see Para. 10). 9.SERVICE MANUALS: The GCVHCS 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 service manuals, schematics, parts list, etc., 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. 10.DOCUMENTATION/REPORTS: The documentation shall include detailed descriptions of the scheduled and unscheduled maintenance procedures performed, including replaced parts and prices, required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the conformance Standards Section. In addition, each ESR shall at a minimum document the following data legibly and in complete detail: A.Name of Contractor. B.Name of FSE who performed services. C.Contractor Service ESR Number/Log Number. D.Date, Time (starting and ending), Equipment Downtime and Hours on Site for service call. E.GCVHCS PO#(s) covering the call, if outside normal working hours. F.Description of Problem Reported by COR/User. G.Identification of Equipment to be serviced: Equipment Inventory ID#, Manufacturer's Name, Device Name, Model #, Serial #, and any other Manufacturer's identification #s. H.Itemized Description of Service Performed (including costs associated with after normal business working hours service), including: Labor and Travel, Parts (with part #s), Materials and Circuit Location of problem/corrective action. I.Total cost to be billed. J.Signatures: 1.FSE performing services described. 2.DVA Employee who witnessed service described. K.Equipment downtime. NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED. 11.REPORTING REQUIREMENTS: For all on-site service, the contractor shall be required to report to Biomedical Engineering to log in during normal business hours, Monday through Friday. This check-in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(S). The FSE shall be required to log out with Biomedical Engineering and submit the ESR(S) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR shall be sent to the contractor after the work can be reviewed (if requested or noted on the ESR.) 12.PAYMENT: Invoices shall be submitted quarterly in arrears to Gulf Coast Veterans Health Care System, 400 Veterans Avenue; Biloxi, MS 39531. Invoice shall have contract number and purchase order identified as well as period of services. Any hourly rate charges shall be itemized as a separate line item with total cost, on the invoice. Failure to submit a proper invoice shall cause payment delay. Invoices shall be submitted electronically to: http://www.tungsten-network.com/US/en/veterans-affairs/. VA FSC P.O. Box 149971 Austin, TX 78714 13.ADDITIONAL CHARGES: There will 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. 14.REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but not later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence or the development of any defects in or repairs required to the scheduled equipment, which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make the necessary repairs. This contract does not include labor or materials for service lines and fittings, equipment not set forth on this schedule, or operating problems related to environmental conditions, e.g. electrical, steam, water, and/or ventilation that do not comply with equipment specifications. This also applies to improper operation of the equipment by operating personnel. Repairs made by the contractor, which are the result of neglect or improper operation of the equipment by the medical center, will result in issuance of a separate purchase order by the Government. Contractor must obtain a purchase order in this respect prior to effecting such repairs. Contractor must notify the Biomedical Program Manager and/or his representative prior to this type of repair and secure a purchase order before proceeding further. 15.CONDITION OF EQUIPMENT: The contractor accepts responsibility for the equipment listed in an "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. 16.COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A.Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B."Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a training program, for the equipment listed in this SOW. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on the equipment listed in this SOW, or comparable to similar equipment. Evidence of said training shall be provided with your proposal (see PROPOSAL PREPARATION ADDENDUM). 17.TEST EQUIPMENT: Prior to commencement of work on this contract, the contract awardee shall provide the GCVHCS with a copy of the current calibration certification of all test equipment that is to be used by the contractor on GCVHCS's equipment, not later than ten (10) calendar days after contract award. 18.IDENTIFICATION & PARKING: The contractor's FSE's shall wear visible company identification at all times while on the premises of the GCVHCS. It is the responsibility of the contractor to park in the appropriate designated parking areas, to avoid ticketing or towing. Information on parking is available from the GCVHCS Police & Security Section. 19. PRIVACY INFORMATION: The contractor's employee(s) will secure (in a sealed envelope) and relinquish any documentation found on the VA grounds (either by themselves or others) that contains sensitive patient and/or employee information (i.e. privacy information) to Ms. Melanie Lane, Gulf Coast Veterans Health Care System, Privacy Officer, Bldg. T-102, Room No. A132, Phone: (228) 523-5526. Please contact Ms. Lane within 60 minutes of finding or of receipt of such documents for instructions on what action to take on the documentation. Ms. Lane can also be reached at melanie.lane@va.gov. If Ms. Lane cannot be immediately reached, the documentation will be secured in the Police Office until instructions are received from Ms. Lane. 20. CERTIFICATION AND ACCREDITATION OF CONTRACTOR'S IT SYSTEMS: Certification and Accreditation of the Contractor's IT System(s) does not apply and a Security Accreditation Package is not required as contractor's employee will only be utilizing VA owned computers and computer systems. 21.ANNUAL TB TESTING: All contractor personnel providing on-site GE imaging systems maintenance at the GCVHCS are required to have an Annual TB Test accomplished at the Contractor's expense. The contractor shall provide written certification of the TB testing on an annual basis and before any employees start work on this contract. New conversions to a positive PPD or new symptoms related to TB, if previously a positive PPD, must be reported to the VAGCVHCS Occupational Health Department within 10 working days. New hires shall provide certification of TB Testing before starting work at the GCVHCS. 22.SECURITY CLAUSES: SUBPART 839.2 - INFORMATION AND INFORMATION TECHNOLOGY SECURITY REQUIREMENTS 839.201 Contract clause for Information and Information Technology Security: a. Due to the threat of data breach, compromise or loss of information that resides on either VA-owned or contractor-owned systems, and to comply with Federal laws and regulations, VA has developed an Information and Information Technology Security clause to be used when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor, subcontractor or a third party in any format (e.g., paper, microfiche, electronic or magnetic portable media). b. In solicitations and contracts where VA Sensitive Information or Information Technology will be accessed or utilized, the CO shall insert the clause found at 852.273-75, Security Requirements for Unclassified Information Technology Resources. 852.273-75 - SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (INTERIM- OCTOBER 2008) As prescribed in 839.201, insert the following clause: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding. 23.PERFORMANCE REQUIREMENT SUMMARY Performance Requirements Summary Matrix: The Government shall use these standards to determine contractor performance and shall compare contractor performance to the Acceptable Quality Level (AQL). TaskIDIndicator & Paragraph NumberStandardAcceptable Quality LevelMethod of SurveillanceIncentive Audiology equipment calibrations1Audiology equipment calibrations, Functions and Responsibilities; complete field service calls within time limits and provide detailed FSRComplete all required PWS tasks100%Periodic Inspection & Customer (facility occupant) ComplaintExercise of Option Period(s); Positive Past Performance 2Training; contractor supplies necessary training documentation completionComplete all Contractor and Government Furnished Training prior to starting operations100%100% InspectionExercise of Option Period(s); Positive Past Performance 4Personnel Requirements; Ref. PWS Para. 5Meet and complete necessary requirements100%100% InspectionExercise of Option Period(s); Positive Past Performance 5TB Testing; contractor shall supply Tb testing documentation prior to commencing workContractor must have annual TB Test conducted100%100% InspectionExercise of Option Period(s); Positive Past Performance
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BiVAMC/VAMCCO80220/VA25615Q0823/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-15-Q-0823 VA256-15-Q-0823.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2146898&FileName=VA256-15-Q-0823-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2146898&FileName=VA256-15-Q-0823-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03784473-W 20150704/150702234736-f1753cc672d96ee77cb716278b858051 (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.