Ohio Bids > Bid Detail

6515--One (1) Spare GE CARESCAPE Central Station Monitor v3 & License, Columbus Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159791683736624
Posted Date: Dec 7, 2022
Due Date: Dec 13, 2022
Solicitation No: 36C25023Q0181
Source: https://sam.gov/opp/47d23be72a...
Follow
6515--One (1) Spare GE CARESCAPE Central Station Monitor v3 & License, Columbus Equipment
Active
Contract Opportunity
Notice ID
36C25023Q0181
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 07, 2022 05:23 pm EST
  • Original Date Offers Due: Dec 13, 2022 05:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 13, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Chalmers P. Wylie VA Ambulatory Care Center 420 North James Road , OH 43219
    USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Â
This is a request for quote (RFQ), and the solicitation number is 36C25023Q0181. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2022-08, effective 10/28/2022. The associated NAICS Code is 339113, Surgical Appliance and Supplies Manufacturing. Â
The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Chalmers P. Wylie VA Ambulatory Care Center a GE Central Station Monitor with installation and sixteen (16) bed view licenses that will used as a spare. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below. However, we believe only GE and their Authorized Distributor are the only Contractors able to provide this requirement because we currently have seven (7) GE Central Station Monitors and Licenses.
Â
Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than December 13,  2022, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.Â
Â
STATEMENT OF WORK (SOW)

1. Contract Title. One (1)spare GE CARESCAPE Central Station Monitor v3 with 16 bed view licenses.
2. Background. The VA recently purchased seven (7) GE central station monitors and HTM would like to have a spare device on site in case a quick swap is needed. This spare will also come with sixteen (16) bed licenses; which can cover any of the departments where the central station monitors are already in place.
3. Scope. GE will provide one new central station monitor with installation and sixteen (16) bed view licenses.

4. Specific Tasks.

4.1 Task 1 Provide central station license (electronic delivery) for one central station monitor.
4.2 Task 2 Provide training and installation for one central station monitor
4.3 Task 3 Provide sixteen (16) bed view licenses
5. Performance Monitoring

Contractor shall provide a field service report upon completion of the work.
6. Security Requirements
Service & Maintenance will follow the security requirements as per VA s Medical Device Protection Program (MDPP) which protects VA s medical devices through a comprehensive security initiative that encompasses pre-procurement assessments, medical device isolation architecture (MDIA), communication, validation, scanning, access control list remediation, patching, and secure remote connectivity.

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.

Access to VA Information and VA Information Systems

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.

The contractor shall be responsible for safeguarding all government equipment, information and property provided for contractor use. At the close of each work period, government facilities, equipment, and materials shall be secured.

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. A BI is not required per VA Information and Information System Security/Privacy Requirements for IT Contracts dated August 2008 if the following exception applies:

Contract Personnel with limited and intermittent access to equipment connected to facility networks on which limited VA sensitive information may reside, including medical equipment contractors who install, maintain, and repair networked medical equipment such as CT scanners, EKG systems, ICU monitoring, etc. In this case, Veterans Health Administration facilities must have a duly executed VA Business Associate Agreement (BAA) in place with the vendor in accordance with VHA Handbook 1600.1, Business Associates, to assure compliance with the Health Insurance Portability and Accountability Act of 1996 (HIPAA) in addition to the contract. Contract personnel, if on site, should be escorted by VA IT Staff.

Training

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:
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 VA information and information systems;
Successfully complete the VA Cyber Security Awareness and Rules of Behavior training and annually complete required security training;
Successfully complete the appropriate VA privacy training and annually complete required privacy training; and
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.]

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.

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

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).

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.

Information Systems Hosting, Operations, Maintenance, or Use

Bio-Medical devices and other equipment or systems containing media (hard drives, optical disks, etc.) with VA sensitive information must not be returned to the vendor at the end of lease, for trade-in, or other purposes. The options are:
Vendor must accept the system without the drive;
VA s initial medical device purchase includes a spare drive which must be installed in place of the original drive at time of turn-in; or
VA must reimburse the company for media at a reasonable open market replacement cost at time of purchase.
Due to the highly specialized and sometimes proprietary hardware and software associated with medical equipment/systems, if it is not possible for the VA to retain the hard drive, then;
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
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 VA approved and validated overwriting technologies/methods/tools. Applicable media sanitization specifications need to be preapproved and described in the purchase order or contract.
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

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.

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.

LIQUIDATED DAMAGES FOR DATA BREACH

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.

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:
Notification.
One year of credit monitoring services consisting of automatic daily monitoring of at least 3 relevant credit bureau reports.
Data breach analysis.
Fraud resolution services, including writing dispute letters, initiating fraud alerts and credit freezes, to assist affected individuals to bring matters to resolution.
One year of identity theft insurance with $20,000.00 coverage at $0 deductible; and
Necessary legal expenses the subjects may incur to repair falsified or damaged credit records, histories, or financial affairs.

SYSTEM INTERCONNECTION

Any VA External Computer System interconnections between VA Systems on the VA Network and VA Business Partner Systems residing outside the VA Network if required will require a signed Memorandum of Understanding (MOU) and Interconnection Security Agreement (ISA) collectively known as MOU ISA between the VA and the VA Business Partner.

7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
NA

8. Other Pertinent Information or Special Considerations.

a. Identification of Possible Follow-on Work. NA

b. Identification of Potential Conflicts of Interest (COI). NA

c. Identification of Non-Disclosure Requirements. NA

d. Packaging, Packing and Shipping Instructions. NA

e. Inspection and Acceptance Criteria. NA
9. Risk Control
NA
10. Place of Performance.

All work will be performed at the Chalmers P. Wylie VA Center, 420 N James Road, Columbus, Ohio 43219
11. Period of Performance.
30 Days ARO
12. Delivery Schedule.

SOW Task#
Deliverable Title
Format
Number
Calendar Days After CO Start
1
Central station monitor
Physical
1
365

The 11 Federal Holidays observed by the Federal Government are:
New Year s Day January 1
Martin Luther King s Birthday 3rd Monday in January
Presidents Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth Day June 19
Independence Day July 4
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veterans Day November 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th
The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.

ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA

CSCS V3 MAI800 (INTEGRATED CONFIGURATION) ATO MODEL
LOCAL STOCK NUMBER: 5514385

Funding/Req. Number: 1

757-23-1-096-0044
0002

1.00
EA

MAI800 INTEGRATED SYSTEM
LOCAL STOCK NUMBER: 5697399-003

Funding/Req. Number: 1

757-23-1-096-0044
0003

1.00
EA

CSCS V3 eDELIVERY - SW AND MANUALS
LOCAL STOCK NUMBER: 5697399-001

Funding/Req. Number: 1

757-23-1-096-0044
0004

1.00
EA

CENTRAL STATION LICENSE - ELECTRONIC DELIVERY
LOCAL STOCK NUMBER: 5867474-100

Funding/Req. Number: 1

757-23-1-096-0044
0005

1.00
EA

MP200X VESA DESK MOUNT STAND
LOCAL STOCK NUMBER: 5697399-004

Funding/Req. Number: 1

757-23-1-096-0044
0006

1.00
EA

CENTRAL STATION ENGLISH LANGUAGE
LOCAL STOCK NUMBER: 5697399-014

Funding/Req. Number: 1

757-23-1-096-0044
0007

1.00
EA

CSCS ENGLISH-US KEYBOARD WITH MOUSE
LOCAL STOCK NUMBER: 2081739-004

Funding/Req. Number: 1

757-23-1-096-0044
0008

1.00
EA

North American, 6ft.
LOCAL STOCK NUMBER: 80274-006

Funding/Req. Number: 1

757-23-1-096-0044
0009

16.00
EA

BED VIEW LICENSE - 1 BED
LOCAL STOCK NUMBER: 2092862-004

Funding/Req. Number: 1

757-23-1-096-0044
0010

1.00
EA

ADT PICKLIST LICENSE
LOCAL STOCK NUMBER: 2092863-002

Funding/Req. Number: 1

757-23-1-096-0044
0011

1.00
EA

MULTIKM LICENSE
LOCAL STOCK NUMBER: 2092863-004

Funding/Req. Number: 1

757-23-1-096-0044
0012

16.00
EA

CSCS 24 HR FD LICENSE
LOCAL STOCK NUMBER: 2095336-001

Funding/Req. Number: 1

757-23-1-096-0044
0013

1.00
EA

USA and Canada Training and Installation
LOCAL STOCK NUMBER: USMS TRAINING

Funding/Req. Number: 1

757-23-1-096-0044
0014

1.00
EA

INSTALLATION CHARGE
LOCAL STOCK NUMBER: 2083083-001

Funding/Req. Number: 1

757-23-1-096-0044


GRAND TOTAL
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUNE 2020)
FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.
The following contract clauses apply to this acquisition:
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013)

VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 852.203-70, 852.232-72, 852,233-70, 852.233-71 852.246-71, 852.247-71, 852.270-1
VAAR 852.212-71 GRAY MARKET LANGUAGE (MAY 2016)

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Jan 2021
The following subparagraphs of FAR 52.212-5 are applicable:
[52.203-6, 52.204-10, 52.209-6, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-18, 52.232-19, and 52.232-33.]
All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product.
All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.
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:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than December 13, 2022 by 5:00 PM EST to gina.crank@va.gov
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Gina P. Crank
Contracting Officer
Network Contract Office (NCO) 10
Office: 614-625-1236
Email: gina.crank@va.gov

DEPARTMENT OF VETERANS AFFAIRS

Justification for Single Source Awards IAW FAR 13.106-1
For
Over Micro-Purchase Threshold but Not Exceeding the SAT ($250K)

Acquisition Plan Action ID: 36C250-23-AP-0740

Contracting Activity: Department of Veterans Affairs, VISN/NCO 10, Chalmers P. Wylie VA Ambulatory Care Center, 420 North James Road, Columbus, OH 43219 using transaction # 757-23-1-096-0044.

Brief Description of Supplies/ Services required and the intended use/Estimated Amount: One (1) spare GE CARESCAPE Central Station Monitor v3 with sixteen (16) bed licenses.

Unique characteristics that limit availability to only one source, with the reason no other supplies or services can be used: The VA recently purchased seven GE central station monitors and HTM would like to have a spare device on site in case a quick swap is needed. This spare will also come with sixteen (16) bed licenses, this will cover any of the departments where the central station monitors are already in place. These required licenses are proprietary to GE.
Description of market research conducted and results or statement why it was not conducted: Market research was conducted by way of VIP, the Internet and NAC/SAC/GSA/FSS. VIP was searched using NAICS 339113 and resulted 562 SD/VOSBs. Adding keywords resulted in 328 SD/VOSBs however the already installed license are proprietary to GE. This requirement will be purchased from GEs exclusive Authorized SDVOSB Distributor of the CSCS v3, TrillaMed.
Contracting Officer's Certification: Purchase is approved in accordance with FAR13.106-1(b). I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief.

____________________________
Gina P. Crank
Contracting Officer
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 >