The RFP Database
New business relationships start here

BD Alaris, Guardrails Suite MX and Server Updates software Services


Tennessee, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

This is a Request for Information Only; it is not a request for quotations or offers. This procurement requirement is to determine whether any small business can provide can provide these services listed below:

Network-9 Contracting Office on the behalf of the James H. Quillen VA Medical Center, Corner of Lamont & Veterans Way, Mountain Home, Tennessee, has developed this Request for Information (RFI)/Sources Sought Notice to solicit market research information from industry to assist the Government with analysis of a Government requirement and provide commercial insight on performance-based solutions, best practices, possible contractual arrangements, and potential issues. This RFI is to determine the availability of Small Business (preferably Service-Disabled and/or Veteran-Owned Owned) entities within the Mountain Home area.

THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a Solicitation, or an indication that Network-9 Contracting Office (NCO-9) will contract for the items contained in the RFI / Sources Sought Notice. This RFI/Sources Sought Notice is part of a Government market research effort to determine the scope of industry capabilities and interest, in accordance with Federal Acquisition Regulation (FAR) Part 15.201(e), response to this RFI / Sources Sought Notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this RFI / Sources Sought Notice are strictly voluntary and are consider as information only. The Government will not pay respondents for information provided in response to this RFI / Sources Sought Notice. Responses to this RFI / Sources Sought Notice will not be returned and respondents will not be notified of the result of the review. If a solicitation is issued, it will be announced a later date, and all interested parties must respond to that solicitation announcement separately from any response to this announcement. This RFI / Sources Sought Notice do not restrict the Government s acquisition on a future solicitation.

Network-9 Contracting Office (NCO-9) and Mountain Home VA Medical Center are conducting market research for a Contractor for Service Contract on the BD Alaris, Guardrails Suite MX and Server Updates software, located at the Veterans Affairs Medical Center, Corner of Lamont & Veterans Way, Mountain Home, TN 37684. Please review the draft Statement of Work (SOW) provided below before responding to the market research questions as the Government desires that respondents offer their experience and recommendations on the following questions and issues related to this requirement. When addressing these items, respondents should consider the size and scope of the requirement described herein.

STATEMENT OF WORK

SCOPE OF WORK:

The James H. Quillen VA VAMC has a requirement for a service contract on BD Alaris, Guardrails Suite MX and Server Updates software agreement, which shall provide routine software maintenance and upgrades in order to ensure optimal working condition and lessen the likelihood of down time. This requirement includes remote software technical support 24 X 7, weekday standard Hours from 8AM-5PM, 95% Uptime guarantee, 1-hour phone response, on site response time next business day.

The BD Alaris has a dedicated VPN connection that allows the OEM to remotely connect into the system to diagnose user-specified issues, push security patches, allow for error log retrieval, and assist users and service engineers from a remote location. BD Alaris currently has a National BAA in place.

It is required that service personnel are factory trained and certified on the BD Alaris listed below in the 1. EQUIPMENT section. Training and certification documentation must be provided to the Contracting Officer s Representative (COR), listed in section 2. DEFINITIONS/ACRONYMS, upon execution of the contract. This documentation is to remain on file with the COR.

1. EQUIPMENT:
Equipment to be serviced and/or maintained includes, but is not limited to: (Equipment is located at the James H. Quillen VA Medical Center, Mountain Home, TN)


System ID
System Name
BD Alaris
Guardrails Suite MX Software
BD Alaris
Server Updates


2. DEFINITIONS/ACRONYMS:

A. Biomedical Engineering - Supervisor or designee, Room # Biomed A001, Building #200, telephone #423-926-1171 ext. 2416.

B. CO - Contracting Officer

C. COR - Contracting Officer s Representative: Terry Brlecic, 423-926-1171 ext.2538, terry.brlecic@va.gov

D. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises.

E. FSR Field Service Report. Documentation of the services rendered for each incidence of work performance under the terms and condition of the contract.

F. Acceptance Signature - VA employee who indicates FSE demonstrated service conclusion/status and User has accepted work as complete/pending as stated in FSR.
G. Authorization Signature - COR's signature; indicates COR accepts work status as stated in FSR.

H. NFPA - National Fire Protection Association

I. CDRH - Center for Devices and Radiological Health

J. VAMC - Department of Veterans Affairs Medical Center

3. CONFORMANCE STANDARDS:

Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99, OSHA, CDRH, OEM and includes performance standards and specifications.

4. UNSCHEDULED MAINTENANCE:

A. Contractor shall maintain the software in accordance with the Conformance Standards Section. The Contractor will provide software services. The contractor shall furnish all required software services and upgrades.

B. The CO, COR, or designated alternate has the authority to approve/request a service call from the contractor.

5. SCHEDULED MAINTENANCE:

A. The Contractor shall perform software services and upgrades to ensure that equipment listed in the schedule performs in accordance with Section 3. CONFORMANCE STANDARDS. The contractor shall provide and utilize procedures and checklists with worksheet originals indicating work performed and actual values obtained (as applicable) provided to the COR at the completion of the PM. PM services shall include, but need not be limited to, the following:


1. Reviewing operating system software diagnostics to ensure that the system is operating to the manufacturer s specifications.

2. Performing remedial maintenance of non-emergent nature.

3. Returning the equipment to the operating condition defined in Section 3. CONFORMANCE STANDARDS.

4. Providing documentation of services performed.

B. The following specific system operation parameters shall be surveyed and documentation provided to the COR during the first (1st) and sixth (6th) month of the contract base period and annually thereafter during the eleventh (11th) month of each subsequent option period.

6. DOCUMENTATION/REPORTS

The documentation will include detailed descriptions of the scheduled and unscheduled software maintenance and upgrades procedures performed. Such documentation shall meet the guidelines as set forth in the Conformance Standards Section. In addition, each FSR must 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 FSR Number/Log Number.

D. Date, Time, (starting and ending), Equipment Downtime and ours-On-Site for Service call.

E. VA 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:

INV. 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 working hour services), including:

Labor and Travel, Parts (with part #s) and Materials and Circuit location of problem/corrective action.

I. Total Cost to be billed.

J. Signatures:

1. FSE performing services described.

2. VA Employee who witnessed service described.

K. Equipment downtime

NOTE: ANY ADDITIONAL CHARGES CLAIMED MUST BE APPROVED BY THE COR BEFORE SERVICE IS COMPLETED.

7. REPORTING REQUIREMENTS:

The contractor shall be required to report to Biomedical Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible FSR(s). The FSE shall be required to log out with Biomedical Engineering and submit the FSR(s) to the COR. All FSRs 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 FSR will be sent to the COR after the work which can be reviewed (if requested or noted on the FSR).

Tara Hammrich
tara.hammrich@va.gov

tara.hammrich@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP