Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
DOCUMENT

D -- Maintenance/Support Avatar AM Software VA256-16-N-1492 New contract for Annual Maintenance/Support Avatar AM Software - Attachment

Notice Date
9/15/2016
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;ATTN: NCO 16 DIV I SER;1011 Honor Heights Drive;Muskogee OK 74401-1318
 
ZIP Code
74401-1318
 
Solicitation Number
VA25616N1492
 
Response Due
9/20/2016
 
Archive Date
11/19/2016
 
Point of Contact
Eric Tuck
 
E-Mail Address
uck@yahoo.com<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement (PWS) Software Maintenance and Support on Avatar AM Addictions Treatment management software Department of Veterans Affairs (VA) VETERANS HEALTH ADMINISTRATION (VHA) PURPOSE: Veterans Affairs requires a contractor to provide annual Software Maintenance and Support Services, on an as-needed basis, for the Avatar AM addiction Management Software and it's components at the Oklahoma VA Health Care System. Services are to be performed in accordance with this PWS and to OEM standards, with the intent of ensuring the equipment operates as the original manufacturer intended, uninterrupted (95% uptime), with the latest updates, in a cost-effective, efficient manner, contributing to the VA Mission. Services are required on the government-owned Software listed in this PWS for the period of performance and at the location outlined in this PWS. This Contract will be a non-personal services contract. The Contractor, its employees, agents and subcontractors shall not be considered government employees for any purpose. Contractor shall furnish all labor, Materials, and supervision to provide services in accordance with this Performance Work Statement (PWS). Period of Performance: Base (Oct 01, 2016 - Sep 30, 2017) with four (4) year options Location of performance: Oklahoma City Veterans Affairs Medical Center, 921 NE 13th St, Oklahoma City, OK 73104 BACKGROUND: Equipment: The VA owned contrast injection systems are used for interventional and diagnostic cardiology procedures at the VA Medical Center. The following pieces of equipment require service under this contract: Equipment DescriptionBrand & ModelOriginal Equipment Manufacturer (OEM)Serial NumberVA PMI Number Cache Data baseAvatar AMNetsmart50305 SoftwareAvatar AMNetsmart50305 HL-7 interfaceAvatar AMNetsmart50305 SUMMARY OF REQUIREMENTS Contractor shall provide OEM-trained technicians to perform OEM-standard services on software in this PWS. Services on the software include maintenance support, corrective maintenance repair, 24x7 emergency phone support, provision of service, and modification as required due to safety or reliability. All OEM software updates shall be included. TASKS AND REQUIREMENTS Performance and Repairs: All work performed shall be in accordance with manufacturer's specifications, required to keep the Software in operating condition. Contractor must guarantee 95% up time for the Software. Contractor shall guarantee that all software components covered by this contract shall be in optimum working condition at the completion of each contracted Period of Performance. Contractor will make every attempt to maintain and repair software remotely within a reasonable time. A reasonable time frame ensures the VA mission continues uninterrupted with no loss, damage or suffering to VA patients and resources. Service Call: Unscheduled service should be conducted at no additional cost during Standard Business Hours. Emergency service should be available 24/7. If support call for repair service is deemed mission-critical, contractor will remotely assist in immediate repair, barring special circumstances. Software Updates: Contractor shall provide any software updates, as they become available, for all equipment, at no additional cost. All software changes made become the property of the VA. Help Desk Support: Contractor shall provide emergency telephone support during Standard Business Hours, as a minimum at no additional charge, with phone calls returned no later than 2 hours after a voice message has been left by the COR. Modifications: If contractor or external hazard assessment/notification by the FDA, NCPS, or CEOSH determines that a modification is necessary to address safety concerns or reliability, installation and modification will be performed at no additional charge. GOVERNMENT FURNISHED EQUIPMENT / PROPERTY (GFE / GFP) Government Property is any real property at the VAMC accessed by the Contractor in the performance of services in accordance with the PWS. Condition of Equipment The Contractor shall accept responsibility for the equipment in "as is" condition. Failure to inspect the equipment prior to contract award shall not relieve the Contractor from performance of the requirements of this contract. Storage Storage for Contractor equipment is not provided at the VAMC. The Contractor is responsible for the security of its equipment. The Government is not responsible for the security of Contractor equipment. CONTRACTOR FURNISHED EQUIPMENT / PROPERTY (CFE / CFP) Service Manuals/Tools/Equipment The VAMC shall not provide tools, (test) equipment, 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 (such as; operational and service manuals, schematics, and parts list) 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. QUALITY Conformance Standards Contractor shall ensure that their services, staff and equipment used in the performance of this contract conform and comply with the latest industry service standards, information, guidance, regulations and publications of the following: 1)AAMI-ANSI ST-79:2010 Part 7.7 standards (Servicing and Repairs of Devices in the Health Care Facility). This can be obtained at http://www.aami.org/publications/standards/st79.html 2)IAHCSMM - International Association of Healthcare Central Service Materiel Management 3)US FDA - US Food and Drug Administration 4)CDC - Centers for Disease Control and Prevention 5)CDRH - Center for Devices and Radiological Health 6)ISO (As a minimum: ISO 9001:2008 Certification and ISO 13485:2003 certification (medical devices)) 7)ASQ - American Society for Quality 8)UL - Underwriters Laboratories 9)OSHA - Occupational Safety and Health Administration Safety The Contractor must perform services in accordance with: a)local, state and federal Occupational Safety and Health guidelines and legislation, to include Occupational Safety and Health Administration (OSHA), the American National Standards Institute (ANSI) safety guidelines, and any VA Medical Center Directives; b)local, state and federal Fire and Safety legislation and guidelines, to include VA Medical Center directives and legislation on Fire and Safety; c)all other Conformance Standards identified in this PWS Medical Center Policies Each VA Medical Center has policies that are updated from time to time. The COR can provide more detailed information to the contractor of these upon commencement of the contract and throughout the term of the contract, as needed. Violations of policies may result in individual fines or citation answerable in the United States (Federal) District Court. Remedy or Rework Rework or Remedy is defined as performing the Service again until the Purpose of this PWS is achieved in full. This involves less than Satisfactory Service by the Contractor and as noted by the COR. Rework or Remedy must occur within 3 business days of the notice of the rework or remedy requirement from the COR and at no additional cost to the Government. Inspection and Acceptance of Services: The Government reserves the right to inspect and test services in accordance with this PWS and the Contract. The only individual authorized to officially accept services is the COR. While inspection of services may be delegated by the COR and a shared responsibility with departmental management staff, the COR is ultimately the only authorized individual to approve and accept services on behalf of the VA. DELIVERABLES (refer also to Technical Qualification and Contact Points for additional Deliverables) Service Report (SR) Contractor is responsible for providing Service Reports for every service. Such documentation shall meet the guidelines as set forth in the Conformance Standards. In addition, each Service Report shall, at a minimum, document the following data legibly and in complete detail: 1)Name of contractor and contract number. 2)Name of Field Technician who performed services. 3)Contractor's Service Report number/log number. 4)Description of problem reported by COR. 5)Details of service Service Reports (Engineers Service Report (ESR) or Service Report) When the service is completed, the Technician shall document services rendered on a legible Service Report(s). ESR can be submitted electronically to the COR, not exceeding 5mb in size, following service completion ensure the COR has an opportunity to review and provide acceptance. All Service Reports shall be submitted to the COR for acceptance. The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the COR (in writing) of the existence or the development of any defects in the software submitted for service which the Contractor considers he/she is not responsible for under the terms of the contract and where replacement is recommended. TECHNICAL QUALIFICATIONS and PERSONNEL STANDARDS Qualifications of Contractor OEM-Trained Technicians: Contractor shall document, in writing, their experience in working on the identical make and model equipment listed in this PWS as well as the qualifications of individuals who will work on the equipment. Where the PWS requires OEM-trained technicians, demonstration of this will also be required in the documentation. Contractor must provide the COR and Contracting Office with such documentation, as a minimum: a)Within 5 business days of contract award, b)Within 5 business days after renewal or extension of services in accordance with, and if permitted by applicable FAR clause, and c)immediately, when previously assigned OEM-trained technicians have been replaced, ¦and in advance of commencing services on equipment identified in this PWS. 1.The contractor shall have sufficient staff to satisfactorily support this contract, including the PWS and its purpose. Contractor staff providing services on this contract must include a "fully qualified" FSE and a "fully qualified" FSE who shall serve as the backup. 2."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. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled and remedial maintenance of the equipment in this contract 3.The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The 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 VAMC equipment. The CO and/or COR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. 4.If subcontractor(s) are used, they shall be approved by the CO prior to commencement of services. The Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. Contractor shall not be considered government employees for any purpose.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MuVAMC623/MuVAMC623/VA25616N1492/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-N-1492 VA256-16-N-1492_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3006065&FileName=VA256-16-N-1492-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3006065&FileName=VA256-16-N-1492-000.docx

 
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: Oklahoma City VAMC;921 NE 13th St;Oklahoma City, OK
Zip Code: 73104
 
Record
SN04274047-W 20160917/160916000239-7746f5321e52de9e8f679ce315e9e220 (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.