Inactive
Notice ID:N62645-19-Q-0017
Sustainment Services for Anesthesia Recording and Monitoring Devices (ARMD) The Naval Medical Logistics Command (NMLC) is seeking sources to provide maintenance and sustainment services for Draeger, I...
Sustainment Services for Anesthesia Recording and Monitoring Devices (ARMD) The Naval Medical Logistics Command (NMLC) is seeking sources to provide maintenance and sustainment services for Draeger, Inc. Innovian anesthesia recording and monitoring device (ARMD) systems in support of Department of Defense (DoD) Military Treatment Facilities (MTFs) worldwide. The place of performance is anticipated at approximately 59 sites, including 16 Air Force MTFs, 23 Army MTFs, 18 Navy MTFs, as well as WRNMMC, and Fort Belvoir. For the purposes of this effort, the ARMD system is inclusive of all hardware, firmware and software (to include non-clinical software installed on MTF workstations). The contractor shall provide all personnel, equipment, materials, ancillary items, tools, supervision, vehicles, and transportation necessary to provide ARMD preventive, corrective, and emergency maintenance and sustainment services. Service events will include preventive maintenance, corrective maintenance, migration of the ARMD from one domain/network to another, and emergency maintenance activities necessary to keep the ARMD in good (proper) working order. Throughout the contract period, locations, and hardware may be added or removed as the new Military Health System (MHS) Genesis rolls out and replaces the Draeger Innovian ARMD across the DoD. The Contractor shall ensure the Licensed Draeger Software operate in all material respects in conformity with the documentation under normal use during the contract performance period. The contractor shall provide installation services for all modules and components of the ARMD necessary at each Military Treatment Facility as the DoD moves ARMD off of existing domains and networks and onto the new Defense Health Agency (DHA) domain and network (MedCOI). The contractor will provide help desk support, along with on-site support personnel if needed, when notified of these migrations. The Contractor shall update annually Current Procedural Terminology (CPT) codes provided by the Government. The Contractor shall be responsible for on-going testing of Operating System (OS) and application software patches for stability within the ARMD environment. If an OS or application software patch cannot be approved, the Contractor shall be responsible for modifying the ARMD, if necessary, to meet Information Assurance (IA) requirements. The Contractor shall assist the Government in preparing documentation and developing mitigation plans to address identified annual IA review issues and meeting all DoD IA requirements. To maintain continuity, the Contractor shall ensure all ARMDs are using the same version of software and employ software configuration management principles. The Contractor shall provide a technical support staff which is available to answer questions regarding the operation and/or use of the Licensed Software by telephone. The Contractor shall ensure maintenance spares and spare parts for the ARMD can be obtained within twenty-four (24) hours of any reported failures and shipped to the affected MTF. The Contractor shall comply with DoDI 8500.01, Cybersecurity, DoDI 8510.01, Risk Management Framework (RMF) for DoD Information Systems, and Special Publication (SP) 800-37, Guide for Applying the Risk Management Framework (RMF) to Federal Information Systems, National Institute of Standards and Technology. The estimated period of performance, to include a base and four one year option periods, is 27 July 2019 through 26 July 2024. This sources sought notice is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data, and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract. Capability statements are due by 10:00 AM Local Time on Tuesday, 17 April 2019. Capability statements shall be submitted by e-mail as a Microsoft Word or Adobe PDF attachment to the following address: derek.m.marriott.civ@mail.mil.