Vermont Bids > Bid Detail

6515--405-23-3-7077-0154: PFT TESTING equipment (HCHT) (VA-23-00070137) - Ready

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159095973348475
Posted Date: May 15, 2023
Due Date: May 19, 2023
Solicitation No: 36C24123Q0683
Source: https://sam.gov/opp/a79532adb5...
Follow
6515--405-23-3-7077-0154: PFT TESTING equipment (HCHT) (VA-23-00070137) - Ready
Active
Contract Opportunity
Notice ID
36C24123Q0683
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
241-NETWORK CONTRACT OFFICE 01 (36C241)
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 15, 2023 03:51 pm EDT
  • Original Response Date: May 19, 2023 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs VAMC White River Junction White River Junction , VT 05009-0001
    USA
Description
White River Junction VA Healthcare System Morgan Scientific PFT
Statement of Work
2023

Objective

The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of the awarded Contractor in relation to the provision, installation, integration, upgrade, and implementation of the Pulmonary Function Testing (PFT) equipment. This document highlights the technical specifications and services being requested by the White River Junction VAMC for consideration towards the purchase for a PFT under this proposal shall provide all equipment, accessories, applicable training, and manuals.
Project Management / Equipment Implementation
Product delivery will be the responsibility of the Vendors working with the White River Junction VAMC project management POC, the Vendor will be responsible for coordinating and performing the delivery, implementation, and training for the devices.

Background/Justification/
The current Carefusion PFT equipment in place has reach it s end of life, operates on an unsupported OS, and is in need of replacement to avoid equipment downtime which would impact clinical care. The facility s primary goals are to maintain record integration, enhancement of patient safety, enhance computer system integration, improve safety protocols, enhanced electronic medical record capabilities, more effective and efficient use of respiratory staff and overall improvement in patient care. The new system must be able to interface with our current software and must integrate with the VISTA CPRS patient record.
The Contractor is responsible for the set-up of the equipment. VA Staff in Clinical Engineering is responsible for connecting the equipment to the VA network.
Equipment Specifications
Equipment: All equipment must be new, state of the art, and not recertified nor refurbished. All equipment must be compliant with current VA requirements for allowable operating system platforms.
System Equipment
Set-up monitors or modules [If applicable]
Software for Integration and Connectivity to Network (if applicable and desired)
Other
(2) User Manuals
(2) Service Manuals
(2) Reprocessing Manuals [If applicable]
Information on disposable procurement
Services
Training
Installation [If applicable]
Training Provided / Training Materials
Vendor will be required to provide two user manuals for the PFT body box and Compas 2 software.
Vendor will be required to provide two service manuals for PFT body box and Compas 2 software.
Vendor will be required to provide an on-station in-service on the proper use and setup of the PFT equipment.
Vendor will be required to provide the cleaning methods/guidelines for PFT system and other accessories.
All employees who will be utilizing the hardware and software, including providers, Technicians, Bio-Clinical Engineering, and Clinic staff members ("Trainees"), must be trained by an authorized representative by Morgan Scientific prior to using the System.
No charge on a mutually agreeable date and time.
Installation
Contractor s Responsibilities:
Based on approved deployment work schedule, the Contractor shall provide all labor necessary to install, deploy and configure the requirements of WRJ VAMC
Contractor shall receive and place equipment in the pre-arranged designated areas at the WRJ VAMC
The Contractor shall unpack and install all equipment in the designated area, and dispose of all trash. Disposing of the trash is the responsibility of the Contractor.
Contractor shall perform all installation and configuration necessary to complete the work, plus perform technical service checks to ensure product is fully operational in accordance with manufacture operating standards
Vendor will coordinate all site visits with the Biomed staff at least 24 hours in advance.
The vendor will provide all technical information needed to network the medical device including port and protocols necessary to build an ACL, as well as any settings required.
The vendor will provide at-least a 1-year manufacturer warranty on the device from the date of installation.
Vendor will assist customer with the integration and configuration of the system into VISTA.
Medical Center s Responsibilities:
Providing access to patient care spaces, hallways, and equipment rooms during normal business hours for implementation of the general system installation requirements.
Medical center will provide the virtual server and PCs to for installation of Morgan Scientific software.
Providing a single point of contact to work with in planning and implementing the services described.
Assign additional clinical staff during the transitions
Provide IT resources during testing and go-live
Responsible for any structural changes (cabinets, desks, etc.).
Customer will be responsible for networking the device on the VA network with assistance provided from the vendor as needed.
On-site assembly and installation of items and performance of services identified in this document will take place during hours defined as: 0730 to 1500 (i.e.: 7:30 am to 3:00 pm ET), Saturday or Sunday, excluding Federal Holidays
High risk clinical areas may require after hours install.
The Contractor is required to provide all tools, labor, and materials to complete assembly and installation of the items detailed in this document.
The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary interface with the WRJ VAMC staff.
The WRJ VA will provide a staging area for the equipment to be staged before deployed

Delivery Location
Contractor shall deliver all equipment to the:

White River Junction VA Medical Center
163 Veterans Dr.
White River Junction, VT 05009
ATTN: Rebecca Halmich

Records Management
The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract:

Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.

Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.

Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.

Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.

Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.

The Government Agency owns the rights to all data/records produced as part of this contract.

The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.

Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].

No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.

Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.

The A&A requirements do not apply, and that a Security Accreditation Package is not required.
Attachments/Links
Contact Information
Contracting Office Address
  • ONE VA CENTER
  • TOGUS , ME 04330
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 15, 2023 03:51 pm EDTPresolicitation (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 >