This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/SAM/
Purpose and Objectives: Your responses to the information requested shall assist the Government in determining the appropriate acquisition method.
NAICS code: 811219 and Size Standard is $20.5M.
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and CVE verified in VetBiz Registry https://www.vip.vetbiz.va.gov/
Project requirements: Full Service Contract for AFGA Equipment for the North Texas Health Care System.
Anticipated period of performance:
Base: May 24, 2019 May 23, 2020
Option Year One: May 24, 2020 May 23, 2021
Option Year Two: May 24, 2021 May 23, 2022
Option Year Three: May 24, 2022 May 23, 2023
Option Year Four: May 24, 2023 May 23, 2024
Information sought: Response to this announcement shall not exceed 10 pages and should include the following information:
A tailored capability statement indicating the firm s ability to provide the services required in the Description of Service Section. Include any certifications/qualifications for accomplishing repairs the work listed in the Statement of Work. Firms must submit documentation from AGFA Healthcare Corporation stating that they are an authorized third-party vendor and have the necessary certifications and training to perform the work. This documentation must be on AGFA Healthcare Corporation letterhead.
The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code;
Information should be provided electronically in a Microsoft Word or Adobe PDF format.
Please e-mail your response with the above information to
[email protected]
with the subject line "Sources Sought, AGFA Equipment Service Contract Contract/your company name" by 8:00 AM CST on Monday, April 29, 2019.
Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice shall not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
STATEMENT OF WORK
SCOPE OF WORK: The contractor shall provide all labor, supervision, equipment, expertise, to provide a full-service contract for the AGFA PACS equipment for the North Texas Health Care System. The contractor shall provide services for the equipment which shall include maintenance, repairs and upgrades of AGFA PACS for processing of radiology images.
PLACE OF PERFORMANCE:
Department of Veterans Affairs
North Texas Health Care System
Dallas VA Medical Center
4500 S. Lancaster Rd.
Dallas, TX 75216
PERIOD OF PERFORMANCE:
Base: May 24, 2019 May 23, 2020
Option Year One: May 24, 2020 May 23, 2021
Option Year Two: May 24, 2021 May 23, 2022
Option Year Three: May 24, 2022 May 23, 2023
Option Year Four: May 24, 2023 May 23, 2024
EQUIPMENT: See equipment listing in Attachment A at the end of the document.
PERSONNEL CLEARANCES AND PRIVACY CONSIDERATION: The Contractor shall ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HlPPA (Health Insurance Portability and Accountability Act of 1996) with respect personal and confidential information that they may come upon, while servicing medical equipment.
DOCUMENTATION: Contractor will provide the Biomed Contracting Officer Representative (COR) with individual written reports which describe the maintenance and repair service performed on the equipment in sufficient detail to be acceptable by field inspectors of the Joint Commission Accreditation of Healthcare Organizations. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by a member of Biomedical Engineering Networking Team. A copy will be given to the VANTHCS for their internal records.
SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled maintenance will be provided only during Contractor's normal working hours (8:00 a.m. to 5:00 p.m., Monday thru Friday, (excluding holidays) local site time. Upon acceptance of this contract, the Contractor shall immediately contact the Biomedical Engineering Networking Team to schedule mutually agreeable times for the relocation of the equipment. This repair will be supervised by Biomed staff personnel.
The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday.
HOLIDAY DATE
New Year s Day Jan 1
Martin Luther King s Birthday 3rd Monday in Jan
President s Day 3rd Monday in Feb
Memorial Day Last Monday in May
Independence Day July 4
Labor Day 1st Monday in Sep
Columbus Day 2nd Monday in Oct
Veterans Day Nov 11
Thanksgiving Day 4th Thursday in Nov
Christmas Day Dec 25
REQUIREMENTS:
Prior to the commencement of work the contractor shall submit to the Contracting Officer Representative and Contracting Officer all include personnel, test equipment, parts inventory, training certificates, licenses and technical documentation available for inspection by VA Medical Center personnel and be able to show written evidence to technical qualifications of personnel, test equipment (and calibration documentation) licenses and availability of parts. Parts availability must be written documentation from either the equipment manufacturer or authorized parts supplier. In either case, bidder must be able to show the availability of parts to him/her within 24 hours after initial call. For contracts for maintenance and repair services form other than the original manufacturer or a designated representative, the Contractor will be fully responsible for obtaining all technical documentation necessary to fulfill contractual obligations.
The Contractor shall warrant s that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor.
Warranty items that expire during the contract period will be added to the contract as appropriate.
THE COR AND CONTRACTOR WILL ASSURE THAT:
No information except what is in this contract will be shared with the contractor in any follow up communication.
None of the information in this contract includes Protected Health Information (PHI) of Individually Identifiable Information (Ill).
NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. Including electronic storage devices.
The COR or a member of the Networking Team will chaperone the vendor during the repairs and shall be accountable for maintaining VA Information Security and Privacy requirements and shall report to the Information Security Officer.
NEGLIGANCE CLAUSE: When services and parts are required as a result of accident, abuse, misuse or negligence by other than the Contractor or his representative and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer's representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative.
FAILURE TO RESTORE THE FULL PERFOMANCE: For failure to restore equipment to full performance within forty-eight (48) hours of original service call, a deduction of one month 's rate will be taken. This penalty will be waived under unusual or extraordinary circumstances at the decision of the VA.
INFORMATION SYSTEMS/MEDICAL DEVICE ACCESS: The contractor will not be issued an account to this system. Instead, the vendor will only have supervised access. A VA system administrator will initiate a session using collaborative software and log into this system using their account. The VA system administrator will then invite the vendor to join the session and allow the vendor to perform maintenance operations. The VA system administrator will monitor the activities of the vendor and will be accountable for all the actions of the vendor. The vendor shall sign a BAA with the VA to assure the maintenance of information security of data that is disclosed during any & all interactions with the vendor related to this contract.
No data, on any type of storage device will be removed from this VA location.
INFORMATION TECHNOLOGY SECURITY REQUIREMENTS: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall comply with all Federal laws and regulations the VA has developed when VA sensitive information is accessed, used, stored, generated, transmitted, or exchanged by and between VA and a contractor. The information made available to the contractor by VA for the performance of this contract will be used only for the purposes of performance under this contract. The certification and accreditation requirements do not apply to this requirement and a security accreditation package is not required.
SECURITY STATEMENT: Sensitive VA information is contained within the systems covered by this contract.
Biomedical Engineering shall perform virus scans on all removable media prior to use on VA medical equipment. This includes all types of removable media, including media (e.g., USB devices, CDs, dongles, etc.) that has been issued by VA, media not issued by VA, and media brought in by vendors or independent service organizations. Within accordance of VA Directive 6500, Information Security Program, September 2007
The Vendor will not transfer any VA information to a location outside the VA and only to VA locations determined by the VA System Administrator. The information in these systems may be covered by the Privacy Act 1974 which contains criminal penalties of abuse of information.
During onsite service, the Vendor shall be chaperoned by VA Personnel. However, the vendor shall not be issued a UserID/Password.
Non-volatile memory devices, working or non-working, shall NOT be removed from the VA facility until the ISO has certified that the data has been destroyed. For magnetic devices and media, the data destruction will be by degaussing. Other forms of cleansing will be used for non-magnetic media.
The vendor will not have remote access to complete the repair(s) and preventive maintenance.
The vendor shall sign a Business Associate Agreement with the VA.
The COR or designee is responsible for the actions of the vendor during the repair.
Because the Vendor is chaperoned the vendor does not need to take VA Privacy or Information Security training. A background investigation is not required. The Vendor and all VA employees are required to immediately report any security violations to the Information Security Officer. No other security statements are required.
SECURITY REQUIREMENTS: While on VA premises the Contractor or his representative shall wear a company uniform garment or display some means of identification showing he is an employee of the Contractor.
IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's technicians shall wear visible identification issued by VAMC Police Section at all times while on the premises. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.
SAFETY REQUIREMENTS: In the performance of this contract, the Contractor shall take such safety precautions as the Contracting Officer may determine to be reasonably necessary to protect the lives and health of occupants of the building. The Contracting Officer shall notify the Contractor of any safety issues and the action necessary to correct these issues. Such notice, when served to the Contractor or his representative at the work site shall be deemed sufficient for the corrective actions to be taken. If the Contractor fails or refuses to comply promptly, the Contracting Officer may issue an order stopping all or part of the work and hold the Contractor in default.
ATTACHMENT A - EQUIPMENT LISTING:
SERIAL#
Vendor Code
Description
Location
QTY
ALJ2505L0N2
5WC16
12 Port SAN Fabric Switch
BB-208
1
MXQ727039R
60000273
IMPAX RIS &
Scheduling Base Application Server
BB-208
1
MXQ727039S
60000273
IMPAX RIS &
Scheduling Base Application Server
BB-208
1
MXQ727039T
60000273
IMPAX RIS &
Scheduling Base Application Server
BB-208
1
MXQ7270874
60000273
IMPAX RIS &
Scheduling Base Application Server
BB-208
1
ÃÂ
60002628
Scheduling & Protocol 3rd Party RIS (SW Only) Package
N/A
1
34
60000178
Store & Remember SW
- IMPAX 6
Solaris - unlimited license
BB-208
1
USE420YCR9
60003248
vCenter Server
BB-208
1
MXQ41906YN
60002780
VM Server - 2 x 16 core- 128GB
BB-208
1
USE132NC3G
60002422
Core Windows Server - Two Quad-core CPU - 3x146HD - 2U
BB-208
1
USE125NA2X
EWSDK000
CORE -
Archive Manager Server Hardware
BB-208
1
USE124NB3T
EWSDK000
CORE -
Archive Manager Server Hardware
BB-208
1
1133BDR79C
5WCZ4
Sun Server T3- 2 -2x16-core CPU-64GB- 3x300GB HD
BB-208
1
1133BDR79D
5WCZ4
Sun Server T3- 2 -2x16-core CPU-64GB- 3x300GB HD
BB-208
1
AK00211537
5UOER
Sun Server T4- 1-1x8-core CPU-64GB- 3x300GB HD
BB-208
1
1135BDRD37
5WCZ4
Sun Server T3- 2 -2x16-core CPU-64GB- 3x300GB HD
BB-208
1
MXQ407028Q
60002780
VM Server - 2 x 16 core- 128GB
BB-208
1
USE348LXF2
60002422
Core Windows Server - Two Quad-core CPU - 3x146HD - 2U
BB-208
1
7
-
ENT IMG LIC VNA
N/A
1
8
-
ENT IMG LIC XERO STANDALONE CSP
N/A
1
5
-
ENT IMG SW VNA 8.0.x
N/A
1
28
-
ENT IMG SW XERO VIEWER 8.0.x
N/A
1
US70099_31616_10
-
IMP CLAP LIC GTI SITE LICENSE
N/A
1
423
-
IMP CLAP LIC GTI SITE LICENSE
N/A
1
316
-
IMP CLAP SW CLIN APPS SUITE V3.1
N/A
1
39
60000785
IMPAX 6 PACS
Software Site License - Womens Care Extension
N/A
4,347
33
60000970
IMPAX 6 PACS
Software Site License- Solaris-Capital Purchase
N/A
187396
15088736
60002587
IMPAX
Connectivity Services - Base SW
License(2.4.1)
N/A
1
400
60002587
IMPAX
Connectivity Services - Base SW
License(2.4.1)
N/A
1
32
60000419
IMPAX Data Center Rad/Card SDC Volume License
N/A
187396
31
60000419
IMPAX Data Center Rad/Card SDC Volume License
N/A
1
10
60000419
IMPAX Data Center Rad/Card SDC Volume License
N/A
1
15069533
60000419
IMPAX Data Center Rad/Card SDC Volume License
N/A
1
15088737
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
15069534
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
158
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
US70099_31616_5
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
187396
15088737
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
15069534
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
57813
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
57807
5O6ZL
IMPAX Data Center Viewer (XERO)
License
N/A
1
ÃÂ
5VSTC
IMPAX
Database EE License - 1 License
N/A
16
733
5VSSA000
IMPAX
Database SE1 License - 1CPU Lic.
N/A
1
732
5VSSA000
IMPAX
Database SE1 License - 1CPU Lic.
N/A
1
731
5VSSA000
IMPAX
Database SE1 License - 1CPU Lic.
N/A
1
730
5VSSA000
IMPAX
Database SE1 License - 1CPU Lic.
N/A
1
729
5VSSA000
IMPAX
Database SE1 License - 1CPU Lic.
N/A
1
728
5VSSA000
IMPAX
Database SE1 License - 1CPU Lic.
N/A
1
936
60002367
MS SQL 2008 SE R2 - CPU
License
N/A
1
15069533-1
60000419
IMPAX Data Center Rad/Card SDC Volume License
N/A
1
15069533
60000419
IMPAX Data Center Rad/Card SDC Volume License
N/A
1
153
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
48
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
1233
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
665
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
664
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
663
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
662
5Y4LW
Windows Server Standard Ed. OS (HP)
BB-208
2
ES260179-001
L97NM
Custom item: IMPAC NEXSAN
BB-208
1
7.01E+11
L97NM
Custom item: IDC NETAPP EOL 1/31/20
BB-208
1
7.01E+11
L97NM
Custom item: IDC NETAPP EOL 1/31/20
BB-208
1
101529065
60002296
VMWare vSphere 5 Standard Server License
N/A
1
101527965
60002297
VMWare vCenter Server Foundation License
N/A
1
101529066
60002296
VMWare vSphere 5 Standard Server License
N/A
1
C29348F3F
-
VMWARE VIRTUAL MACHINE EDQC1VM
N/A
1
5056991F93
-
VMWARE VIRTUAL MACHINE IDC1SASVAHD
N/A
1
C2961BE72
-
VMWARE VIRTUAL MACHINE
N/A
1
C29ADBAEA
-
VMWARE VIRTUAL MACHINE
N/A
1
C29869588
-
VMWARE VIRTUAL MACHINE USQC1VM
N/A
1
C2981E20B
-
VMWARE VIRTUAL MACHINE IRQC1VM
N/A
1
5056991F92
-
VMWARE VIRTUAL MACHINE IDC1DBVAHD
N/A
1
C29958DCA
-
VMWARE VIRTUAL MACHINE XERO1VAHD
N/A
1
5056991F94
-
VMWARE VIRTUAL MACHINE XERO1VAHD
N/A
1
C29B27FBE
-
VMWARE VIRTUAL MACHINE CM1VAHD
N/A
1
C29AA3DAE
-
VMWARE VIRTUAL MACHINE
N/A
1
C29E7357C
-
VMWARE VIRTUAL MACHINE BONQC1VM
N/A
1
Bid Protests Not Available