The RFP Database
New business relationships start here

C.A.R.E. Channel Installation - Asheville VAMC


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

The Department of Veterans Affairs, Network Contracting Office 6, Charles George VA Medical Center, Asheville, NC intends to award a contract for the installation of the C.A.R.E. Channel Programming Package. The NAICS code for this requirement is 512110 and business standard is $32.5M.
This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. VA is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid.
Draft Statement of Work

1. SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled maintenance shall be provided only during normal working hours (8:00 a.m. to 4:30 p.m.), Monday through Friday, (excluding holidays) local site time.

2. LOCATION OF WORK: Asheville VA Medical Center, 1100 Tunnel Road, Asheville, NC 28805

3. SCOPE OF WORK: Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary to install the C.A.R.E. Channel Programming Package into Asheville VAMC facilities. The C.A.R.E. Channel installation package should consist of the following (no gray market items accepted):

ITEM DESCRIPTION
QUANTITY
C.A.R.E. Channel Licensing
01
C.A.R.E. Channel Licensing Ancillary Building(s)
01
C.A.R.E.On Hold Licensing
01
Annual Content Updates provided via swappable hard drive
01
Start up formatting/encoding Fees
01
Security Deposit
01
HEART Media Broadcaster C-100-BYP C.A.R.E. Channel
01
Extended Media Player Warranty
01
Drake Fixed Channel Modulator
01
Pico 860 MHz Channel Elimination Filter
01
Uninterruptable Power Supply (UPS)
01
Professional Installation
01
Insured Shipping and Handling
01

Contractor shall have full access to the original manufacturer s software for installation and repairs as required. All technicians providing service on this equipment shall be factory trained by the original manufacturer of the equipment. Documentation of this training needs to be available upon request.

4. PERIOD OF PERFORMANCE: Installation of equipment should be completed within 90 days after contract award date.

5. JUSTIFICATION: Contract service shall ensure that the equipment functions in conformance with the specifications used when the equipment was procured by the VAMC, and any upgrades/updates, as well as following most current published standards/ specifications/regulations.
6. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by the Health Insurance Portability and Accountability Act of 1996 with respect personal and confidential information that they may come upon, while servicing medical equipment. Additionally, all contracted service personnel must have training on the above described equipment equivalent to the original manufacturers training.
7. DOCUMENTATION:
a. Contractor shall provide the Biomed COR with individual written reports which describe the maintenance and repair service performed on the equipment in sufficient detail so as to be acceptable by field inspectors of the Joint Commission of 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 shall be signed by the contractor s service technician and by a designated Richmond VAMC Biomedical Engineer, with a copy given to Richmond VAMC Biomedical Engineering Service Office for their internal records.

b. Contractor shall warrant the services performed under this contract to ensure performance is provided in a good workmanship manner and conforms to the standards of the industry. This warranty shall be expressly given and in place of all other warranties, expressed or implied, statutory or otherwise, and shall be the only warranty given by the Contractor.

8. INCIDENT OF NEGLIGENCE: 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 shall 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 shall 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 due to accident, abuse, misuse or negligence by the contractor or his representative.

9. END OF PERFORMANCE PERIOD: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date. At the end of the contract term, there will be a final inspection of all equipment at which the Contractor and the Contracting Officer s Representative will be present. Any deficiencies noted shall be corrected by the terms of this contract.

(End of draft SOW)

This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government.
Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com ), list of available compatible products, the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation).
(1) Business size (small or large business concern), and number of employees;
(2) Type of small business
a. Service Disabled Veteran Owned Small Business, provide VIP certification
b. Veteran Owned Small Business, provide VIP certification
c. Small Disadvantaged
d. HubZone
e. Woman Owned
f. Small Business

Responses to this notice should be emailed to Matthew R. Gray at Matthew.Gray@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 25 May 2017 at 5:00 PM EDST. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov.

Matthew R Gray
Contract Specialist
757-315-3934

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP