This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs Olin E. Teague Veterans Medical Center Nursing Service in Temple, Texas intends to award a brand name or equal contract award for the purchase of Workstation on Wheels. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 541519 with a size standard of 150 employees. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 145.00 EA HI-Care E Plus Cart / 1462866 LOCAL STOCK NUMBER: 1462866 0002 1.00 JB ON SITE SETUP AND INTEGRATION LOCAL STOCK NUMBER: SITE SETUP Central Texas Veterans Health Care System (CTVHCS) Workstation on Wheels Statement of Work (SOW) CONTRACTING OFFICERS REPRESENTATIVE (COR): CTVHCS appointed one (1) COR for this contract. When service is requested, the contractor will always contact the COR TBD . SCHEDULING ARRANGEMENTS: Except by special alternative arrangement, scheduled delivery will be provided only during Contractor s normal working hour s local site time. Upon acceptance of this contract, the Contractor shall immediately contact the COR TBD , to schedule mutually agreeable delivery times. SCOPE OF WORK: Delivery and set up of one hundred and forty-five (145) HI-Care E Plus Base Carts for Acute and Ambulatory Care, Pharmacy, Community Living Centers (Waco and Temple sites), Nursing Service, CTVHCS, 1901 Veterans Memorial Drive, Bldg. 206, Temple, TX 76504. Delivery activities shall consist of the following: Setup. Delivery of all items necessary to install the HI-Care E Base Cart and Onsite Setup and Integration for operation. Post installation inspection. COR will verify that required specifications are met and testing will be performed as necessary to meet VA and vendor requirements. Item will be assembled by the vendor. Vendor will provide on-site setup and integration of one hundred and forty-five (145) Howard Medical Hi-Care E Plus Carts/Workstation on Wheels (WOWs). An authorized technician will complete the on-site setup and integration of one hundred and forty-five (145) medical carts. The date and time of the visit will be coordinated between O&IT, BioMed Staff, and the BCMA Coordinator. HI-Care E Plus Cart Central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, height adjustments, and light controls. PowerMax 150 with 50 ah class Lithium Iron Phosphate Battery system - Rechargeable, high-efficiency power system; for powering devices up to 150W (150VA); 20A charger. 120VAC true sine output; features: - High output efficiency (85%) - Reusable air filter minimizes dust ingestion, improves reliability - Long battery life; high cycle life - Fast charging (100% recharge in about 2.8 hrs.) - Durable recovery from prolonged discharge - Safe excellent stability - Lightweight 13.2 lb. Battery Motorized work surface height adjustment - without storage cabinet: 32.5" sitting to 47.6" standing - with 2-tier storage cabinet: 32.5" sitting to 47.6" standing - with 4-tier storage cabinet: 34.1" sitting to 47.6" standing LCD VESA monitor mount with motorized height adjustment (5.25" range). - Monitor mount for 75 or 100mm VESA, includes tilt and swivel motions, supports vertical or horizontal monitor orientation Large work surface area (17"W x 14.3"D) with translucent protective cover Large, fan cooled, Electronic Locking PC compartment (17.1"W x 12.5"D x 3.2"H) (4) 5" premium casters with 2 locking casters on front Electronic Steer Assist Technology, push button on console activates rear casters tracking system for effortless steering Ergonomic adjustable push handles w/ soft-touch grip on front of cart and wrap around handle on sides and rear Slide-out keyboard tray with positive and negative tilt feature and integral wrist rest. - Max keyboard dimensions (18.2" W x 7.5" D x 1.6" H) Mouse surface and mouse pouch on left or right side of keyboard LED keyboard light with multiple brightness levels. LED Work Surface light with adjustable brightness. White or red hue. LED Med Drawer Light with manual on/off illuminates area below the keyboard tray Integral AC power distribution with 6 AC receptacles for powering equipment Universal accessory mounting locations on rear of cart and on monitor mount Cable management area with easy access panels to manage and house excess cables 8ft three-coiled sections power cord with hospital-grade AC plug, dual integrated hooks Cart overall size 21.4"W x 23.3"D, Base footprint 19" W x 20" D Footrests on front legs to help reduce fatigue Anti-microbial agents in touch surfaces to help reduce the spread of certain bacteria Tool-less, snap on, battery cover Standard gray/white color scheme Cart and cart accessories ship fully assembled in one box for convenience Includes select software from our Mobile Care suite 3 Year Standard Warranty EXCLUSIONS (unless otherwise quoted): Modifications or corrections to the work scope dictated by concealed conditions encountered in the performance of the work and not indicated by the drawings, or specifications. Modification or corrections to installation room or supplied power. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The Contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by HIPAA (Health Insurance Portability and Accountability Act of 1996) with respect to personal and confidential information that they may come upon, while servicing medical equipment. PATIENT HEALTH INFORMATION (PHI) AND INDIVIDUALLY IDENTIFIABLE INFORMATION (III): This system does contain Patient Health Information (PHI) and Individually Identifiable Information (III).  No VA data will leave the VA Facility. If a hard drive or any other electronic storage device needs to be replaced, the device will be given to the ISSO. After destruction of the data by degaussing, the device may be returned to the vendor for inventory control if so requested. The repair of this system will be supervised by a VA employee in/from BioMed, O&IT, BCMA Coordinator, to assure data does not leave the facility. The COR is responsible to assure that no VA data leaves the facility, and an employee supervises repair. No security & privacy training is needed by the vendor because the repair will be supervised. No other security statement is needed. DOCUMENTATION: Contractor will provide the COR with individual written reports which describe the maintenance and repair service performed on the equipment under warranty in sufficient detail to be acceptable by field inspectors of the Joint Commission and other inspecting bodies. This shall include a list of all parts replaced, all service performed as well as a statement that the equipment is operating per manufacturer s specifications after repair. The service report will be signed by the contractor s service technician, and by designated CTVHCS personnel. The Contractor warrants that the services to be performed under this contract will be performed in a good workmanship manner and shall conform to the standards of the industry. This warranty is given expressly and in place of all other warranties, expressed or implied, statutory or otherwise, and is the only warranty given by the Contractor. Warranty items that expire during the contract period will be added to the contract as appropriate. 9. NEGLIGANCE CLAUSE: When services and parts are required because of accident, abuse, misuse or negligence by other than the Contractor or his representative and are not included as a part of PM inspection or service calls, such needs will be reported to the Contracting Officer Representative along with estimates of charges. The Contracting Officer and Representative will evaluate these needs and authorize appropriate action. The parts will be installed under the terms of the contact and each invoice is to include a legible itemized list of labor charges and parts costs. The government will incur no charges for service and parts including glassware due to accident, abuse, misuse or negligence by the contractor or his representative. 10. RECORDS MANAGEMENT: a. Citations to pertinent laws, codes, and regulations such as 44 U.S.C Chapter 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. b. Contractor shall treat all deliverables under the contract as the 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 it determines to be in the public interest. c. 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. d. 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. e. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. f. The Government Agency owns the rights to all data/records produced as part of this contract. g. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h. 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 [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i. No disposition of documents will 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 fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. J. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. 11. HD Statement: Electronic storage devices (ESD) of all forms containing any VA data shall not be removed from VA control. If the ESD needs to be replaced, the failed ESD shall be given to the facility Information Security Officer (ISO) for sanitization. Following sanitization of the ESD and at the request of the vendor, the sanitized ESD may be returned to the vendor for inventory purposes. If the equipment/system must be taken off VA premises for service or at the end of a lease, the ESD shall be removed by the vendor without cost to the VA and left at the VA for reinstallation or sanitization. Questions can be referred to the ISO. 12. SECURITY STATEMENT: The C&A requirements do not apply, and that a Security Accreditation Package is not required . The CTVHCS BCMA Coordinator will work with CTVHCS OI&T/BioMed Staff. There is No remote access, and the vendor will be chaperoned on site. 13. END OF CONTRACT: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date.