Kentucky Bids > Bid Detail

6515--603-23-1-984-0006 ENSITE X EP SYSTEM

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159047764207062
Posted Date: Nov 9, 2022
Due Date: Nov 17, 2022
Solicitation No: 36C24923Q0037
Source: https://sam.gov/opp/5aeb0350a7...
Follow
6515--603-23-1-984-0006 ENSITE X EP SYSTEM
Active
Contract Opportunity
Notice ID
36C24923Q0037
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 09, 2022 03:57 pm CST
  • Original Response Date: Nov 17, 2022 01:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 16, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Robley Rex VA Medical Center , KY 40206
    USA
Description
On behalf of the Tennessee Valley Healthcare System (TVHS), Network Contracting Office (NCO) 9 is issuing this sources sought notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for one Abbott EnSite X EP System upgrade, firm-fixed-priced, contract for brand name. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing,

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

If your organization has the potential capacity to perform these services, please provide the following information:

Organization name, address, point of contact, email address, web site address, and telephone number.

Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.

Business type under NAICS 334510, which contains a size standard of 1,250 employees, Commercial And Government Entity (CAGE) Code and Data Unique Entity Identification (UEI) Number.

Under which NAICS code does your company usually provide the requirements described in the Statement of Work (SOW) - Please provide rationale for your answer if different from NAICS 334510.

Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

Please provide the following information as an attachment to your response:

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.

Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB), Federal Identification Number, and state of incorporation for each.

Do you plan on responding to a solicitation for this requirement with a Joint Venture utilizing multiple owned companies as majority or non-majority owner?

Yes ___No ___ If yes, please identify which companies are considering a Joint Venture and the ownership of each company.

Response to this SSN shall not exceed 10 pages and should include all of the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).

The government will evaluate market information to ascertain potential market capacity to:
Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance.

Provide services under a firm-fixed-price contract.

NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 1300 CST, November 17, 2022. All responses under this SSN must be emailed to Martha.Warren1@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.

SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.

Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. 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 (FBO). 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).

See attached SOW.




STATEMENT OF WORK

SCOPE: Contractor shall furnish all labor, transportation, parts, and expertise necessary for installation, preventive maintenance, and any necessary repairs as needed for the implementation and warranty period of the Abbott EnSite X EP System.

ABT ENSITE X-SYS, EnSite X EP System
ABT ENSIOTE-OT-01, EnSite Omnipolar Technology Software
ABT ENSITE-WS-01, EnSite X EP System Wave Speed License
ABT H700124, WorkMate Claris Recording System 120 with EP-4 Cardiac Stimulator
QUALIFICATIONS: To be considered eligible for consideration, contractor must have a field service representative located with the Northern KY/Southern IN area that has been trained by the Original Equipment Manufacturer (OEM) on the specific model of equipment he/she is being asked to provide services for. Contractor must provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this contract. The Contracting Officer and/or Contracting Officer Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the equipment outlined in Attachment 1, based upon credentials provided. The contractor shall maintain sufficient stock of parts needed for repair and maintenance of the equipment or be able to secure parts within twenty four (24) hours. All parts used shall be new OEM parts only. Reverse engineered and/or refurbished parts shall not be utilized under the terms of this contract without explicit permission, in writing, from the Contracting Officer. Subcontracting of any ensuing award of this solicitation will not be allowed without written permission of the Contracting Officer.

SERVICES TO BE PROVIDED:

General:

Contractor will provide the necessary manpower, supervision, tools, and parts to properly execute the installation, maintenance, and repair of the Abbott EnSite X EP System. All containers, including toolkits, can be subject to search at any time.

In the event of a repair is to be accomplished anytime between installation and warranty, a Field Service Report (FSR) must be generated, and a copy given to the Robley Rex VAMC s Contracting Officer s Representative (COR) for any and all work accomplished.

Contractor is to take all necessary safeguards to prevent from intentionally / unintentionally spreading patient data via administrative, physical, technical, etc.; in observance of respective HIPAA Laws.

Repair:

All necessary repairs will be performed between the hours of 7:00am and 4:30pm, Monday thru Friday, except Federal Holidays. If work must be performed outside of normal business hours ( over-time work), the contractor must obtain prior approval from the COR. If such work is at the cost of the Robley Rex VA Medical Center, a purchase order number must be obtained by the contractor prior to performing any over-time work.

Contractor must furnish all tools and materials (e.g. service manuals, diagnostic software, etc.) required to maintain the equipment in top operating condition.

All repairs shall be performed to manufacturer s specifications as written in the manufacturer guidelines and in accordance with good industry practice.

Approval of the Contracting Officer (CO) or the COR must be obtained before removing any equipment from the facility to an offsite contractor location. No transportation charges will be allowed for either the Field Service Engineer (FSE) or the equipment to or from the contractor s location. The Contractor will be responsible for loss or damage of equipment.

Loaners shall be provided by the contractor, at no charge, the equipment must be the same make/model. Loaners are to be signed for by the owning service of the equipment being repaired and are liable for loss or damage of the loaner.

Documentation: A documentation package acceptable for Joint Commission purposes will be maintained by the contractor and made available to the Robley Rex VA Medical Center. Required features include, at a minimum:

All Serial Number(s) of equipment installed must be provided to the COR for the creation of a medical history

Any device(s) that are to go on the VA Network, the COR will need a comprehensive list of all Serial Numbers, MAC Addresses, and any necessary implementation Points of Contact (POC)

SPECIAL INSTRUCTIONS:

Contractor Check-In: Upon arrival, the contractor will check-in with the authorized VCS attendant to receive an identification sticker, prior to performing service(s) at the Robley Rex VA Medical Center. The contractor shall wear visible identification at all times while on the premises of the Robley Rex VA Medical Center, displaying name and company ID.

Documentation: At the conclusion of each repair and scheduled maintenance visit, the contractor will provide a written service report indicating the date of service, the model, serial number, and location of equipment serviced; the name of the representative, and the services performed, and parts replaced. The reports will be delivered to the Biomedical Engineering Shop, Room B814-1. An electronic copy may be emailed to VHALOUHTM@VA.Gov.

TERMS AND CONDITIONS:

User Responsibility: The contractor will not be held responsible under the terms of this contract for repairs to equipment necessitated by user abuse and/or misuse of equipment.

Exclusions: Service does not include necessary environmental work external to the equipment.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 09, 2022 03:57 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >