New Mexico Bids > Bid Detail

5975--Line Isolation Monitor Replacement

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159184770722544
Posted Date: Nov 3, 2022
Due Date: Nov 14, 2022
Solicitation No: 36C26223Q0101
Source: https://sam.gov/opp/609ad8e9d7...
Follow
5975--Line Isolation Monitor Replacement
Active
Contract Opportunity
Notice ID
36C26223Q0101
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 03, 2022 01:35 pm PDT
  • Original Date Offers Due: Nov 14, 2022 10:00 am PST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 24, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5975 - ELECTRICAL HARDWARE AND SUPPLIES
  • NAICS Code:
    • 335311 - Power, Distribution, and Specialty Transformer Manufacturing
  • Place of Performance:
    VA Albuquerque Healthcare System , NM 87108
    USA
Description
1. This is a combined synopsis/solicitation for commercial services/items prepared in accordance with the format in FAR Subpart 12.6 in conjunction with FAR Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

1.a. Project Title: Line Isolation Monitor Replacement
1.b. Description: VA Albuquerque Healthcare System is seeking a contractor to replace the existing Line Isolation Monitors in operating rooms 1 and 4.
1.c. Project Location: VA Albuquerque Healthcare System, 1501 San Pedro Drive, Southeast Albuquerque, NM 87108
1.d. Solicitation Type - Number: Request for Quotes (RFQ) - 36C26223Q0101.
1.e. Set Aside: This solicitation is issued as a Small Business set aside.
1.f. Applicable NAICS code: 335311, Power, Distribution and Specialty Transformer Manufacturing.
1.g. Small Business Size Standard: 750 employees
1.h. Type of Contract: Firm Fixed Price
1.i. Period of Performance: 90 days from award date.
1.j. Request for Information (RFI) should be submitted via email no later than 1pm PST Monday November 7th, 2022, to Ositadima.ndubizu@va.gov
2. Statement of Work

2.1. Objective. VA Albuquerque Healthcare System is seeking a contractor to replace the existing Line Isolation Monitors in operating rooms 1 and 4

2.2. Background. This requirement is needed to enhance the patient care provided within the operating rooms (OR) during various surgical cases. The current LIMs are closer to 20 years of age and are no longer supported by the manufacturer. During routine testing, it became noticeable that more failures are occurring due to age of the equipment (failure in audible alarms, LEDs/lights, and fuses). This poses a major hazard as the LIMs are required to be fully operational to monitor the amperage draw from various equipment that is being used on a patient during a surgical case. In this case, OR 1 and OR 4 are currently down and not able to be utilized for patient surgical cases as the LIMs have failed functionality testing.

2.3. Scope. The vendor must provide all equipment for installation and incidental installation services for replacements LIMs in OR 1 and OR 4. After installation all LIMs must be inspected and certified in accordance with Manufacturer guidelines.

The vendor shall:
Coordinate all below tasks with the medical center to ensure minimal impact on patient care.
Provide the following quantities:
OR 1:
QTY 1: DIG6ADKIT
QTY 1: DIG6BDKIT
OR 4:
QTY 3: DIG6ADKIT
QTY 1: DIG6BDKIT
Annunciators:
QTY 6: IG2000PG1
Provide installation services in accordance with VA, VHA, and NMVAHCS policies and procedures. Including:
Repairing any damaged caused during installation. Repairs will be required to match existing color schemes, ceiling tiles and grid, floor damage, fire caulking, fire barrier damage, and any additional damage to the facility.
Any changes to existing light, HVAC, sprinkler, Fire and Safety systems must be discussed prior to changes/movement.
Removal and disposal of materials used during installation this includes cleaning of all debris, waste, and equipment packaging resulting from this project.
VHA Infection Control Guidelines
VHA Lockout/Tagout procedures
Prior to performing any electrical work, NMVAHCS must be notified on what electrical circuits must be de-energized prior to commencing work.
All work related to installation of the LIMS and annunciators is to be completed by the vendor.
All LIMs must be tested to be within manufacturer s specifications prior to release of OR for use.
All Annunciators to the OR Check-In area must be tested prior to release of OR for use.
Vendor shall provide at least one operation manual for both the Annunciator and LIM.
The contractor will coordinate with NMVAHCS in ensuring an effective work plan is in place. Through the planning process, the contractor will propose an intended deployment schedule and work with the facility in developing a reasonable approach. Most work will be conducted during normal business hours (7:00am-4:00pm). Allowance for unexpected changes and delays in the interest of patient care must be included in the contractor s schedule proposal. All plans will be reviewed and approved by the COR, Safe Patient Engineering, OR Personnel, and any additional NMVAHCS site designee prior to the start of installation.
Training:
End User and Operation Training will be coordinated through the COR, Engineering, and OR Staff after installation.
NMVAHCS is responsible for completing any changes related to the panel, finishing, and coverings that will accommodate the LIMs.
Any additional changes, modifications, and additions to this contract must be discussed and approved by the Contracting Officer and COR.

Specifications:
DIG6ADKIT
Series 6 LIM
Analog LED Bar Graph
Green LED within safe operating limits
Red LED when outside of safe operating limits
Digital Display for tolerance levels
Amber Mute LED (silence button)
TEST Button to check LIM functionality
Digital Text display for warnings and menus
Connector plate with cables
Variable-height mounting bracket (4 Heights)
5.125
3.75
3.25
3.00
Transformer

DIG6BDKIT:
Series 6 LIM
Analog LED Bar Graph
Green LED within safe operating limits
Red LED when outside of safe operating limits
Digital Display for tolerance levels
Amber Mute LED (silence button)
TEST Button to check LIM functionality
Digital Text display for warnings and menus
Connector plate with cables
Variable-height mounting bracket
Variable-height mounting bracket (4 Heights)
5.125
3.75
3.25
3.00
Transformer
Connector box and wiring harness

IG2000PG1
Single-gang stainless steel faceplate and mountable to standard electrical gang box
Audible Hazard Alarm initiated while exceeding alarm levels
Green LED Illuminated while under normal condition
Red LED Illuminates while exceeding alarm levels
Test Button Remotely tests LIM
Mute Button w/ Yellow LED Silences Audible alarm
Must interface with DIG6ADKIT and DIG6BDKIT
Low voltage Wiring (12 Vdc or 12Vac)
2.4. Performance Monitoring. The Contracting Officer Representative (COR) or Designee will monitor contractor performance.

2.5. Security Requirements

Security Requirements for Unclassified Information: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract.
The contractor shall have physical administrative access to the equipment included in this contract.
The contractor shall not have access to VA sensitive information; thus the C&A requirements do not apply, and that a Security Accreditation Package is not required.
Contractors who have access to protected health information (PHI) in the performance of their official duties or have access to VA systems shall take the Privacy and HIPAA Focused Web-Based Training.
The Contractor shall inform the COR prior to adding or removal of equipment along with providing documentation for both equipment added or removed.
The Contractor shall not remove any hard drives off station. All hard drives shall be turned in to the COR.
Records Management Language for Contracts. The following standard items relate to records generated in executing the 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.
The Contractor shall treat all deliverables under the contract as 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 determined to be in public interest.
The 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.
The 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.
The 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 from this contract.
The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor shall deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data.
The 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, mode of transmission, or state of completion.
No disposition of documents shall 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 files and penalties imposed by 18 U.S.C. 2701. Records shall not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
No photography of VA premises is allowed without written permission of the Contracting Officer.
2.6. Period of Performance/Delivery.

Delivery of Services shall be coordinated COR and site designees located at:

New Mexico VA Health Care System Main Facility: 1501 San Pedro SE Albuquerque, NM 87108
a. National Holidays:
New Year s Day January 01
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day July 04
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day November 11
Thanksgiving Day Fourth Thursday in November
Christmas Day December 25

b. If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America.
2.6. Insurance Coverage

The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract.

The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract.

Before commencing work under this contract, the Contracting Officer shall require the Contractor to furnish certification from his/her insurance company indicating that the coverage specified by FAR 52.228-5 and per FAR Subpart 28.307-2 has been obtained and that it may not be changed or canceled without guaranteed thirty (30) day notice to the Contracting Officer.

The Contractor shall furnish to the Contracting Officer within fifteen (15) days of award an Official Certification from the insurance company indicating that the coverage has been obtained and that it may not be changed or cancelled without guaranteed thirty (30) day notice to the Contracting Officer. New certifications shall be furnished at least thirty (30) days prior to the expiration date of the current insurance policy. The phrase will endeavor is not acceptable terms to the Government and such coverage carrying that phrase will be rejected and services may not be rendered until proper certificate is issued.

3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, dated 04/26/2022. The following provisions and clauses apply to this solicitation and can be found in enclosure 2.
3.a. FAR 52.212-1, Instructions to Offerors Commercial Items
3.b. FAR 52.212-2, Evaluation -- Commercial Items
3.c. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items
3.d. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items
3.e. Supplemental Insurance Requirements
3.f. VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
3.g. VAAR 852.219-74, Limitations on Subcontracting Monitoring and Compliance
3.h. FAR 52.233-2, Service of Protest
3.i. VAAR 852.233-70, Protest Content/Alternative Dispute Resolution
3.j. VAAR 852.233-71, Alternative Protest Procedure

4. Submit written offers in accordance with the following instructions, as well as Addendum to FAR 52.212-1, Instruction to Offerors. Oral offers will not be accepted. Complete and submit enclosure 1 via email no later than 10am PST Monday November 14th, 2022, to Ositadima.ndubizu@va.gov. Ensure the following are completed and/or included in the quote packet:

4.3.a. Vendor Information with UEI number (Company information and quote should be on the attached Enclosure 1 form or it will not be accepted)
4.3.b. Acknowledgement of amendments
4.3.c. Concurrence/non-concurrence with solicitation terms, conditions, and provisions
4.3.d. Schedule of supplies
4.3.e. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 03, 2022 01:35 pm PDTCombined Synopsis/Solicitation (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 >