65– 757-18-3-096-0283 PACEART
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: 65-- 757-18-3-096-0283 PACEART
Classification Code: 65 - Medical, dental & veterinary equipment & supplies
Solicitation Number: 36C25018Q9803
Contact:
Setaside: N/AN/A
Place of Performance (address):
Place of Performance (zipcode): 43219
Place of Performance Country:
Description:
Columbus VAOPC
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS
General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25018Q9803
Posted Date:
Original Response Date:
Current Response Date:
Product or Service Code:
6515
Set Aside (SDVOSB/VOSB):
[N]
NAICS Code:
339113
Contracting Office Address
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.
This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99.
The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 1,000.
This is a Brand Name Requirement.
IF THE OFFEROR IS NOT THE MANUFACTURER OF THE QUOTED ITEMS, THE OFFEROR SHALL SUBMIT WRITTEN EVIDENCE AT THE TIME OF QUOTE SUBMISSION THAT CLEARLY VERIFIES THEY ARE AN AUTHORIZED DISTRIBUTOR AND/OR RESELLER OF THE QUOTED PRODUCTS.
All interested companies shall provide a quote for the following:
Supplies
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
YR
PACEART SOFTWARE LICENSE NUMBER CONCURRENT USERS PERPETUAL LICENSE 3 MEDTRONIC SUPPLIED SOFTWARE AND FEES CSN SOFTWARE OVER 5k 7030-439978
0002
1.00
YR
PACEART HL7@XML INTEGRATION MODULES
0003
1.00
YR
PACEART ECG MODULE AND CONMED CABLE HARDWARE
0004
1.00
YR
ISOLATION TRANSFORMER HARDWARE
0005
1.00
YR
PACEART ANALYTICS HOSTED SOFTWARE * SEE BOTTOM OF QUOTE SERVICES BASE SYSTEM CONSULTATION * SEE BOTTOM OF QUOTE
0006
1.00
YR
GO- LIVE SUPPORT DAYS 2 4 TRAINEES AT 1 LOCATION WITH 1 TECHNICAN
0007
1.00
YR
EHR CONNECTIVITY CONSULTATION * OUTBOUND CLINICAL DATA
Place of Performance
Address:
Postal Code:
43219
Country:
Award shall be made to the vendor whose quote offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Lowest Price Technically Acceptable.
The following solicitation provisions apply to this acquisition:
FAR 52.211-6, Brand Name or Equal (
FAR 52.212-1, Instructions to Offerors Commercial Items (
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (
The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (
52.232-40, Providing Accelerated Payments to Small Business Subcontractor (
852.203-70,
852.211-73, Brand Name or Equal (
852.232-72, Electronic Submission of payment Requests (
852.246-70, Guarantee (
852.246-71, Inspection (
The full text of provisions or clauses may be accessed electronically at this/these address(es):
http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:
(Contractor shall list exception(s) and rationale for the exceptions. Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to
Point of contact
Contract Specialist
Network Contract Office 10
Office: 614-257-5534
Email: [email protected]
STATEMENT OF WORK (SOW)
as of
Contract Title. PaceArt
Background. PaceArt is required by the
Scope.
The contractor will be required to provide the software as well as installation support on
Deliverable.
Software, licenses, isolation transformer, HL 7 Integration moduels, ECG Module and ConMed Cable
Security Requirements. Service & Maintenance will follow the security requirements as per
General Security
Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as
Access to VA Information and VA Information Systems
a. A contractor/subcontractor shall request logical (technical) or physical access to
b. All contractors, subcontractors, and third-party servicers and associates working with
A BI is not required per VA Information and Information System Security/Privacy Requirements for IT Contracts dated
Contract Personnel with limited and intermittent access to equipment connected to facility networks on which limited
Training
a. All contractor employees and subcontractor employees requiring access to
(1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the Contractor Rules of Behavior, Appendix E relating to access to
(2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;
(3) Successfully complete the appropriate
(4) Successfully complete any additional cyber security or privacy training, as required for
b. The contractor shall provide to the contracting officer and/or the COTR a copy of the training certificates and certification of signing the Contractor Rules of Behavior for each applicable employee within 1 week of the initiation of the contract and annually thereafter, as required.
c. Failure to complete the mandatory annual training and sign the Rules of Behavior annually, within the timeframe required, is grounds for suspension or termination of all physical or electronic access privileges and removal from work on the contract until such time as the training and documents are complete.
VA Information Custodial Language
a. Information made available to the contractor or subcontractor by
b. The contractor/subcontractor must store, transport, or transmit
Information Systems Hosting, Operations, Maintenance, or Use
a. Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with
(1) Vendor must accept the system without the drive;
(2)
(3)
(4) Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the
(a) The equipment vendor must have an existing BAA if the device being traded in has sensitive information stored on it and hard drive(s) from the system are being returned physically intact; and
(b) Any fixed hard drive on the device must be non-destructively sanitized to the greatest extent possible without negatively impacting system operation. Selective clearing down to patient data folder level is recommended using
(c) A statement needs to be signed by the Director (System Owner) that states that the drive could not be removed and that (a) and (b) controls above are in place and completed. The ISO needs to maintain the documentation.
SECURITY INCIDENT INVESTIGATION
a. The term security incident means an event that has, or could have, resulted in unauthorized access to, loss or damage to
b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to
LIQUIDATED DAMAGES FOR DATA BREACH
a. Consistent with the requirements of 38 U.S.C. --5725, a contract may require access to sensitive personal information. If so, the contractor is liable to
b. Based on the determinations of the independent risk analysis, the contractor shall be responsible for paying to the
(1) Notification;
(2) One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports;
(3) Data breach analysis;
(4) Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution;
(5) One year of identity theft insurance with
(6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
Appropriate server and workstations
Place of Performance.
Chalmers P. Wylie
Delivery Schedule.
Describe the items to be delivered throughout the period of performance and at completion of the contract, if applicable. The delivery schedule format is as follows:
SOW Task#
Deliverable Title
Format
Number
Calendar Days After CO Start
1
Hospital Design
A003/DI-MGMT-80347
Standard Distribution*
Draft - 15
Final - 30
2
Monthly Status Report
Contractor-Determined Format
2 Copies to COR; Letter Only to CO
Monthly, on 5th Workday
3
Commissioning Report
Contractor-Determined Format
Standard Distribution*
180
4
Continue as needed
to document all deliverables
* Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be
Emailed.
Link/URL: https://www.fbo.gov/spg/VA/CoVAOPC757/CoVAOPC757/36C25018Q9803/listing.html
Infant Security System
FEMA Energy Management System Upgrade
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News