Ohio Bids > Bid Detail

6515-- Ophthalmic Stands & Chairs for CBOCs, Cinci (06.01)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159232857807401
Posted Date: Mar 13, 2023
Due Date: Mar 10, 2023
Solicitation No: 36C25023Q0416
Source: https://sam.gov/opp/504518f3a3...
Follow
6515-- Ophthalmic Stands & Chairs for CBOCs, Cinci (06.01)
Active
Contract Opportunity
Notice ID
36C25023Q0416
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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 View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 13, 2023 11:55 am EDT
  • Original Published Date: Mar 10, 2023 01:29 pm EST
  • Updated Response Date: Mar 10, 2023 03:00 pm EST
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 09, 2023
  • Original Inactive Date: Apr 09, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Cincinnati VA Medical Center Cincinnati , OH 45220
    USA
Description View Changes

Statement of Work The Cincinnati VA Medical Center is pursuing the acquisition of Ophthalmology Exam/Treatment Chairs and Stands for the additional locations of Clermont, Georgetown and Dearborn. 1. Scope Reliance 7900-IC Instrument Stand Wheelchair Accessible Floor Unit           (Part Number: 7900IC/WC)           5 EA Reliance Instrument Stand Accessory Auxiliary Arm for 7900      (Part Number: 538011)                  4 EA Reliance 7000 Examination Chair     (Part Number: 70025)                      5 EA Reliance Model 942 Chair Glide     (Part Number: 94200)                     5 EA 2. Specific Tasks The chairs, cushion sets, chair glides, floor units, and third arms (for floor units) will be used to perform patient eye examinations with ease and comfort for the Veteran as well as providing the clinician the tools necessary to perform their clinical examinations. The floor units have a wheelchair modification in order to serve Veterans who are not able to sit on the chair and clinicians will be able to diagnose them the same way with able-bodied Veterans. 3. Performance Monitoring Daily inspection of the equipment will be performed by the Eye Center technicians prior to use. Cincinnati VA Medical Center s Biomedical staff will monitor for unusual wear and tear/product failures as well as performing routine product maintenance based on the manufacturer s recommendations and/or within the confines of the contract. Premature breakage or failures will be reported to the company for quality control correction as well as for replacement as indicated on warranties and/or service contract. 4. Security Requirements  4.1 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 VA and VA personnel regarding information and information system security.  4.2 Access to VA Information and VA Information Systems  a. A contractor/subcontractor shall request logical (technical) or physical access to VA information and VA information systems for their employees, subcontractors, and affiliates only to the extent necessary to perform the services specified in the contract, agreement, or task order.  b. All contractors, subcontractors, and third-party servicers and associates working with VA information are subject to the same investigative requirements as those of VA appointees or employees who have access to the same types of information. The level and process of background security investigations for contractors must be in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. The Office for Operations, Security, and Preparedness is responsible for these policies and procedures.   4.3 Training  a. All contractor employees and subcontractor employees requiring access to VA information and VA information systems shall complete the following before being granted access to VA information and its systems: (1) Sign and acknowledge (either manually or electronically) understanding of and responsibilities for compliance with the VA Rules of Behavior, Appendix E relating to access to VA information and information systems. (2) Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training. (3) Successfully complete the appropriate VA privacy training and annually complete required privacy training; and (4) Successfully complete any additional cyber security or privacy training, as required for VA personnel with equivalent information system access [to be defined by the VA program official and provided to the contracting officer for inclusion in the solicitation document e.g., any role-based information security training required in accordance with NIST Special Publication 800-16, Information Technology Security Training Requirements.]  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.  4.4 VA Information Custodial Language  a. Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data - General, FAR 52.227-14(d) (1).  b. The contractor/subcontractor must store, transport, or transmit VA sensitive information in an encrypted form, using VA-approved encryption tools that are, at a minimum, FIPS 140-2 validated.  4.6 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 VA assets, or sensitive information, or an action that breaches VA security procedures. The contractor/subcontractor shall immediately notify the COTR and simultaneously, the designated ISO and Privacy Officer for the contract of any known or suspected security/privacy incidents, or any unauthorized disclosure of sensitive information, including that contained in system(s) to which the contractor/subcontractor has access.  b. To the extent known by the contractor/subcontractor, the contractor/subcontractor s notice to VA shall identify the information involved, the circumstances surrounding the incident (including to whom, how, when, and where the VA information or assets were placed at risk or compromised), and any other information that the contractor/subcontractor considers relevant.  4.7 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 VA for liquidated damages in the event of a data breach or privacy incident involving any SPI the contractor/subcontractor processes or maintains under this contract. However, it is the policy of VA to forgo collection of liquidated damages in the event the contractor provides payment of actual damages in an amount determined to be adequate by the agency.  b. Based on the determinations of the independent risk analysis; the contractor shall be responsible for paying to the VA liquidated damages in the amount of $37.50 per affected individual to cover the cost of providing credit protection services to affected individuals consisting of the following: (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 $20,000.00 coverage at $0 deductible; and (6) Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs. 5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) There are no Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) for these procurements. 6. Other Pertinent Information or Special Considerations Identification of Possible Follow-on Work. - none b. Identification of Potential Conflicts of Interest (COI) none. c. Identification of Non-Disclosure Requirements none. d. Packaging, Packing and Shipping Instructions as indicated on the SAC contract. e. Inspection and Acceptance Criteria. The procured equipment will be delivered to the Cincinnati VA Medical Center Logistics Warehouse for building and tagging in the current system to tracking and inventory. Biomedical will be inspecting the equipment prior to delivery to their final destination for safety check and will enter in the current system for annual performance maintenance. The servicing contractors will be installing the equipment as indicated. 7. Risk Control The procured equipment does not need to be compatible with any other piece of equipment or network. A signed 6500 and/or a signed 6550 will be provided through the package procurement. 8. Place of Performance The procured equipment will be used in the Clermont, Georgetown, and Dearborn eye clinic expansion lanes. 9. Period of Performance Period of Performance for all procured equipment will consist of one 12-month period. No other additional month option period is requested. 10. Delivery Schedule All products will be delivered upon placement of order within a reasonable timeframe from the vendor s quote. Open market products will be ordered by the Cincinnati VA Medical Center s Logistics Team and will be tracked by the requesting service s POC Ralph Arias as the COR. Updates to the product arrivals and/or delays will be relayed to the requesting service s COR via electronic mail until all orders in this Statement of Work is fulfilled.


Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >