Description
NOTICE OF INTENT TO SOLE SOURCE: IAW FAR 5.101 this notice is to advise the public that The Department of Veterans Affairs, Regional Procurement Office East (RPOE), Network Contracting
Office 4, intends to award a sole source, Firm-Fixed-Price contract pursuant to FAR 13.106.1(b)(2) to Varian Medical Systems Inc. located at 3100 Hansen Way, Palo Alto, CA, 94304, for a
single performance period. The Philadelphia VA Medical Center (VAMC) requires an upgrade from Windows 7 to Windows 10 with corresponding Varian upgrades to software for the Medical Center
s Varian Respiratory Gating for Scanners (RGSC) Operating System to align with Veterans Affairs software security policies. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE
PROPOSALS or QUOTATIONS. Responsible sources that believe they can meet the requirements may give written notification by submitting capability information that clearly demonstrates the
capability to perform the required work and applicable certifications/licenses for the Hardware/Software. Capability information is required prior to the response due date and time, to
establish the ability of the source to meet this requirement. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements and must
include relevant corporate experience along with the applicable contract number, total contract dollar amount, contract period of performance, details of the relevant services and
customer point of contact with corresponding telephone number and email address. Responses must include following information: 1. Company Name 2. SAM number 3. Company s address 4. Point
of Contact information (title, phone number and email address) 5. Business size. A determination by the Government not to compete this proposed contract based upon 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. The
Government will not be responsible for any costs associated with the preparation of responses to this notification. Responses are due by 10:00am ET, Tuesday, November 12, 2024. No
submissions will be accepted after this date and time. Responses shall be submitted via email to jefferson.mann@va.gov. Telephone inquiries will not be accepted. The NAICS code for this
acquisition is 541519 and the size standard is $34 Million. Statement of Work (SOW) A. GENERAL GUIDANCE Title: Varian Respiratory Gating for Scanners (RGSC) Operating System Upgrade Scope
of Work: The contractor shall provide service to upgrade the Philadelphia VA Medical Center (VAMC) owned Varian RGSC system to Windows 10 from the current Windows 7 operating system. This
shall include all required equipment, software, labor, and supplies to complete the upgrade of the operating system on the workstation and the corresponding RGSC upgrade, to ensure the
Varian system is fully operational with Windows 10. The facility is located at: Philadelphia VA Medical Center (VAMC) 3900 Woodland Ave Philadelphia, PA 19104 Background: This contract is
for the upgrade of the operating system for the Varian RGSC located at Philadelphia (VAMC). The system is used to monitor patient position and obtain tracking of patients respiratory
patterns for synchronized respiratory image acquisition. It currently possesses an unsupported operating system, Windows 7, that puts the Medical Center s network at risk. It is VA policy
that no unsupported operating system can be on the VA network. Type of Contract: Firm-fixed-price B. GENERAL REQUIREMENTS The vendor shall provide a Microsoft Windows 10 operating system
upgrade and Varian RGSC upgrade fully compatible with Windows 10 for the following equipment: The Varian RGSC with serial number 13930048087 The associated workstation with serial number
GS506Y. Must be compatible with the Varian RGSC system currently installed at the Philadelphia VAMC, ensuring full operational capability of system at time of completion. C. DELIVERY
INFORMATION ATTN: Biomed VA Philadelphia Medical Center 3900 Woodland Ave Philadelphia, PA 19104 Prior to delivery the Logistics and Biomedical Engineering Department representatives,
Alexander Delis and Billy Weeks, shall receive shipping information from Contractor at the emails listed. Biomedical Engineering: Alexander.Delis@va.gov Logistics: Billy.Weeks@va.gov
Normal business hours for acceptance of deliveries are 8:00am-3:30pm ET, Monday through Friday, excluding Federal Holidays. Deliveries must be coordinated in advance with Program Point of
Contact (POC) once a ship date is established. The POC, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this
requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If
deliveries must be broken into several shipments due to size, this must be coordinated in advance with the POC. Failure the coordinate shipment with the POC may result in failure to
deliver on site and cause re-scheduling of delivery/freight at no charge to the government. D. ADDITIONAL CHARGES There will be no additional charges. The Contractor must comply and
provide all necessary information to Philadelphia VAMC. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. E. SECURITY REQUIREMENTS The
following language from VA Handbook 6500.6 is required in this contract: Appendix C: Paragraphs 1, 2, 3, 6, 7, and 9 Contractor employee(s) requiring computer access must sign and comply
with Appendix D Contractor Rules of Behavior. (attached) Contractor must complete VA Privacy and Information Security Awareness and Rules of Behavior training prior to the performance of
the contract and annually thereafter. Training must be completed in VA s TMS system (https://www.tms.va.gov/). Contractors must use the TMS Managed Self Enrollment method to complete the
training in TMS. The POC must ensure that all contractors are validated in the PIH domain. Proof of training completion must be verified and tracked by the PO