J065--Brockton Nurse Call System Upgrade
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 Department of Veteran Affairs, VISN 01, Brockton VA Medical Center, 940 Belmont Street, Brockton, MA 02301-5596 Healthcare System has a requirement for BRAND NAME ONLY: Upgrade of Rauland Responder 4000/4K System: Provide all materials, labor, travel, equipment, programming, testing, training and supervision to upgrade the existing Rauland Responder 4000/4K Nurse Call System. The objective of this task order is to provide: Upgrade existing Rauland Responder 4000/4K to Responder 5000 Nurse Call system in the following locations that meets the Salient characteristics on Nurse Call System SOW. All provided in RFQ# 36C24122Q1101 Schedule/Statement of Need. This combined synopsis solicitation RFQ, and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2022-06 (05-26-2022). The combined synopsis solicitation is: 100% Set-Aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The NAICS Code is 811219, Other Electronic and Precision Equipment Repair and Maintenance. The Small Business Administration size standard for this sector is $22 Million.. Note, interested SDVOSB Offerors must be listed and registered in Vetbiz.gov to be considered for Award. Additionally, Offerors must provide an Authorized Distributor Letter with their quote if they are not the manufacturer. Responses shall be on an all or none bases, no partial submissions will be accepted. The Government reserves the right to make no award at all. Quote must be valid for 60 days. Quotes are due NLT 30 August 2022 @ 10 AM EST via e-mail to: Phillip.crockett@va.gov. The Subject Line of the response e-mail shall include RFQ 36C24122Q1101 Rauland Responder 4000/4K System. Offers received after the exact time specified in the solicitation are considered late and may at the discretion of the Contracting Officer be considered if the action would not unduly delay the acquisition or are deemed to be in the best interest of the Government. ALL OFFERORS MUST SUBMIT THE ITEMS ON THE SCHEDULE PROVIDED IN THE RFQ. The VAAR 852.219-78 (Limitations on Subcontracting) must be completed and provided with the quote. Statement of Work (Service) Title: Brockton Nurse Call Upgrade Location: VHA Boston Healthcare System - Brockton Campus 940 Belmont Street, Brockton, MA 02301 Multiple Locations Description: Provide all materials, labor, travel, equipment, programming, testing, training and supervision to upgrade the existing Rauland Responder 4000/4K Nurse Call systems at the Brockton Campus of the VHA Boston Healthcare System (BHS) to the Rauland Responder 5000 Nurse Call system. The Rauland Responder 4000/4K Nurse Call system is beyond useful life and is no longer supported by the manufacturer or authorized vendors. Due to the significant number of Responder 4000/4K Nurse Call systems in service Rauland developed an upgrade kit that allows Responder 4000/4K Nurse Call systems to be upgraded to the Responder 5000 Nurse Call systems by replacing the main system controller, upgrading power supplies/batteries and replacing the Nurse Station Nurse Console/Annunciator Panels. The existing Responder 4000/4K Nurse Call system cabinets, wiring and field devices all support the Responder 5000 Nurse Call system and minimal new or replacement wiring installation is anticipated. Specific tasks to upgrade existing Rauland Responder 4000/4K Nurse Call systems to Rauland Responder 5000 Nurse Call systems at the VHA BHS Brockton campus include, but are not limited to the following: Upgrade existing Rauland Responder 4000/4K to Responder 5000 Nurse Call system in the following locations: Building 2: Wards 21B, 21C, 22B, 23B, 23C, 24B, 24C and MH Recreation Building 3: Urgent Care, Specialty Care Building 4: Wards 41B, 41C, 42B and 42C Building 7: Wards 72B and 72C Building 8: Spinal Cord Injury Confirm/copy Rauland Responder 4000/4K Nurse Call system programming from each existing system. Remove existing Rauland Responder 4000/4K control board and power supplies from Nurse Call cabinet. Provide and install Rauland responder 5000 control board and power supplies in Nurse Call cabinet. Provide and install all needed terminations, amplifiers and adapters needed to support the upgrade for each Nurse Call cabinet. Remove existing Nurse console and Annunciator (where present) at Nurse Station Provide and install Rauland Responder 5000 Nurse console and Annunciator panel (where needed) at Nurse Station. Program/integrate Rauland Responder 5000 Nurse Call system with remaining components utilizing copied programming as a template. Test each upgraded Rauland Responder 5000 Nurse Call system Train Nursing Staff on the upgraded Rauland responder 5000 Nurse Call system. DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Acquisition Plan Action ID: Planning 36C241-22-AP-3448 Contracting Activity: Department of Veterans Affairs, VISN 01, VHA Boston Medical Center, Brockton Campus (523A5), Engineering Maintenance and Operations (138 MO) Request 523 22 3 1416 0030 Nature and/or Description of the Action Being Processed: BRAND NAME ONLY Proprietary patient nurse call system for work being performed at the Brockton Campus. The hardware, software and interface to upgrade to Rauland Responder 5 VoIP Nurse Call System as Responder 4 is at end of life and requires upgrade to nexgen system. The contract type is Firm Fixed Price and will be awarded as a new contract. Description of Supplies/Services Required to Meet the Agency s Needs: The estimated value of the proposed action is $ 268,508.04 Installation Service Required: Provide system upgrade to the Brockton nurse call system in the following wards: Building 2: Wards 21B, 21C, 22B, 23B, 23C, 24B, 24C and MH Recreation Building 3: Urgent Care, Specialty Care Building 4: Wards 41B, 41C, 42B and 42C Building 7: Wards 72B and 72C Building 8: Spinal Cord Injury. System will be upgraded to allow alarming, monitoring and system administration of alert buttons, pull stations, switches and alarm devices. All programming and controls associated with new shall provide a fully integrated control system. Statutory Authority Permitting Other than Full and Open Competition: 41 USC §3304(a)(1), as implemented by FAR 6.302-1. The specific paragraph must be cited. Most likely, only the -1 or -2 authorities will be cited. Please be aware that failure to adequately plan for future requirements does not constitute appropriate use of the unusual and compelling urgency statutory authority. ( X) (1) Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements per 41 USC §3304(a)(1) as implemented by FAR 6.302-1; ( ) (2) Unusual and Compelling Urgency per 41 USC §3304(a)(2) as implemented by FAR 6.302-2; ( ) (3) Industrial Mobilization, Engineering, Developmental or Research Capability or Expert Services per 41 USC §3304(a)(3) as implemented by FAR 6.302-3; ( ) (4) International Agreement per 41 USC §3304(a)(4) as implemented by FAR 6.302-4 ( ) (5) Authorized or Required by Statute per 41 USC §3304(a)(5) as implemented by FAR 6.302-5; ( ) (6) National Security per 41 USC §3304(a)(6) as implemented by FAR 6.302-6; ( ) (7) Public Interest per 41 USC §3304(a)(7) as implemented by FAR 6.302-7; Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): Requirement for BRAND NAME ONLY UPGRADE OF THE Rauland Borg Systems in the Brockton, MA VAMC. The items being procured are proprietary and peculiar to one manufacturer Rauland-Borg. The Rauland hardware will provide a system that is fully compatible with existing equipment at the site using the same wiring and conduit. The same system is the standard for nurse call and code blue in all other wards at the site. The station is requesting an upgrade to the Nurse Call System, and the parts needed are direct replacements parts/ components for the existing equipment. Only the installed Rauland Responder 5 system can provide a full and seamless integration to the existing Rauland 4 system currently in place to include nurse call and code blue systems at the site. It is not the intention to upgrade all components as doing so would disturb the mental health patients in the hospital. This is an emergency patient alert system. VA staff and maintenance personnel are fully trained to respond and to service this system. It is used in all areas of the medical center. Warranty must be provided with offer. Description of Efforts Made to ensure that offers are solicited from as many potential sources as deemed practicable: A VIP search NAICS 811219 Keyword Rauland Responder returned 2 SDVOSB results. GSA Keyword search Rauland returned 1 result for SB West CoM on GSA schedule GS-35F-0429U. FPDS Keyword search returned 10 awards to different vendors. SBADSBS NAICS, Keyword = 0; NAC, SAC NSSL Keyword = 0 results. This purchase request for service will be reposted to SAM, open to SDVOSB s for competition. The ensuing solicitation will be posted to SAM as a Combined Synopsis open to SDVOSB s with the expectation that the rule of two can be met. Determination by the CO that the Anticipated Cost to the Government will be Fair and Reasonable: The Rauland 5 hardware will provide a system that is fully compatible with existing Rauland 4 equipment at the site. The same system is the standard for nurse call and code blue in all other wards at the site. This is not a full upgrade and some of the remaining components will stay intact, especially those in the mental health wards. The awarded vendor shall be authorized to install Rauland equipment and provide a warranty. Description of the Market Research Conducted and the Results, or a Statement of the Reasons Market Research Was Not Conducted: Market research was conducted as Contract Specialist Market Research was started on 7/29/2022. I initially contacted recommended vendor to inquire if they worked with authorized contractors that met socioeconomic status of SDVOSB, VOSB, or SB. That vendor holds GSA Contract GS-21F-0129Y. I posted a special notice to Contract Opportunities for sources sought. No responses to sources sought notice, therefore this will be resolicited on Contract Opportunities allowing for SDVOSB set-aside for BRAND NAME ONLY Rauland Responder upgrade from 4K to 5K. VIP search NAICS 811219 Keyword Rauland Responder returned 2 SDVOSB results. GSA Keyword search Rauland returned 1 result for SB West CoM on GSA schedule GS-35F-0429U. FPDS Keyword search returned 10 awards to different vendors. SBADSBS NAICS, Keyword = 0; NAC, SAC NSSL Keyword = 0 results. This purchase request for service will be reposted to SAM, open to SDVOSB s for competition. Any Other Facts Supporting the Use of Other than Full and Open Competition: national standards, NFPA 99 Healthcare Facilities Code and ANSI/UL 1969 require that expansion of an existing Nurse Call System utilize equipment from a single manufacturer serviced and installed by a single responsible source. Based upon this standard/requirement Rauland Responder 4K/4000 Nurse Call equipment is the only allowable equipment and only Authorized Distributors of the Rauland-Borg products are the only allowable installer for the existing Nurse Call System. This acquisition is required to maintain functional Nurse Call systems at VHA BHS Brockton campus. Nurse Call systems are considered Critical Systems under the Healthcare Facilities Code (NFPA 99) and the existing Rauland Responder 4000/4K (R4000) Nurse Call systems have reached end of life (EOL) and are no longer supported (parts and service no longer available). The requested acquisition is the upgrade of the existing R4000 systems to Rauland Responder 5000 (R5000) Nurse Call systems. The proposed upgrade minimizes disruption and system down time as the upgrade can be accomplished within the existing Nurse Call equipment cabinet and the Nurse Station, the existing wiring and field devices are fully compatible with the R5000 system. Any alternative upgrade or replacement path would be much more disruptive (require replacing wiring, field devices, equipment cabinets) result in significantly more downtime and have a significantly higher cost. The requested acquisition represents the best available option to the VA as it minimizes disruption to patient care and minimizes costs. Listing of Sources that Expressed, in Writing, an Interest in the Acquisition: Mark Bronstein, Signet, Large Business working with verified SDVOSB s Matthew Johnson, Sr. SDVOSB, Williams Building Company, Inc. RJ Discher | SDVOSB | Standard Communications, Inc. (Not Authorized Distributor Rauland) A Statement of the Actions, if any, the Agency May Take to Remove or Overcome any Barriers to Competition before Making subsequent acquisitions for the supplies or services required: No Actions Planned. Requirements Certification: I certify that the requirement outlined in this justification is a Bona Fide Need of the Department of Veterans Affairs and that the supporting data under my cognizance, which are included in the justification, are accurate and complete to the best of my knowledge and belief. (This signature is the requestor s supervisor, fund control point official, chief of service, someone with responsibility and accountability) _____________________________ ________________________ Joe Harnois Date Engineering Manager Brockton VAMC Approvals in accordance with the VHAPM Part 806.3 OFOC SOP: This part if filled out by Contracting Staff as part of the Justification Contracting Officer or Designee s Certification (required): I certify that the foregoing justification is accurate and complete to the best of my knowledge and belief. _____________________________ ________________________ Cory Dionne Date Branch Chief Boston One Level Above the Contracting Officer (Required over SAT but not exceeding $750K): I certify the justification meets requirements for other than full and open competition. _____________________________ ________________________ Tammy Fox Date NCO 01 Duty Title Facility VHA RPO HCA Review and Approval: I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and recommend approval (if over $75 million) or approve ($750K to $75 million) for other than full and open competition. _____________________________ ________________________ Name Date VHA Head of Contracting Activity (HCA) VHA Senior Procurement Executive Approval (over $75 million): I have reviewed the foregoing justification and find it to be complete and accurate to the best of my knowledge and belief and approve for other than full and open competition. _____________________________ ________________________ Name Date Deputy Assistant Secretary for Acquisition and Logistics Senior Procurement Executive (SPE) Department of Veterans Affairs End of Document
Data sourced from SAM.gov.
View Official Posting »