PAGE 1 OF 1. REQUISITION NO. 2. CONTRACT NO. 3. AWARD/EFFECTIV 4. ORDER NO. 5. SOLICITATION NUMBER 6. SOLICITATION ISSUE DATE a. NAME b. TELEPHONE NO. (No Collect Calls) 8. OFFER DUE DATE/LOCAL TIME 9. ISSUED BY CODE 10. THIS ACQUISITION IS UNRESTRICTED OR SET ASIDE: % FOR: SMALL BUSINESS HUBZONE SMALL BUSINESS SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS WOMEN-OWNED SMALL BUSINESS (WOSB) ELIGIBLE UNDER THE WOMEN-OWNED SMALL BUSINESS PROGRAM EDWOSB 8(A) NAICS: SIZE STANDARD: 11. DELIVERY FOR FOB DESTINA- TION UNLESS BLOCK IS MARKED SEE SCHEDULE 12. DISCOUNT TERMS 13a. THIS CONTRACT IS A RATED ORDER UNDER DPAS (15 CFR 700) 13b. RATING 14. METHOD OF SOLICITATION RFQ IFB RFP 15. DELIVER TO CODE 16. ADMINISTERED BY CODE 17a. CONTRACTOR/OFFEROR CODE FACILITY CODE 18a. PAYMENT WILL BE MADE BY CODE TELEPHONE NO. DUNS: DUNS+4: PHONE: FAX: 17b. CHECK IF REMITTANCE IS DIFFERENT AND PUT SUCH ADDRESS IN OFFER 18b. SUBMIT INVOICES TO ADDRESS SHOWN IN BLOCK 18a UNLESS BLOCK BELOW IS CHECKED SEE ADDENDUM 19. 20. 21. 22. 23. 24. ITEM NO. SCHEDULE OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT (Use Reverse and/or Attach Additional Sheets as Necessary) 25. ACCOUNTING AND APPROPRIATION DATA 26. TOTAL AWARD AMOUNT (For Govt. Use Only) 27a. SOLICITATION INCORPORATES BY REFERENCE FAR 52.212-1, 52.212-4. FAR 52.212-3 AND 52.212-5 ARE ATTACHED. ADDENDA ARE ARE NOT ATTACHED. 27b. CONTRACT/PURCHASE ORDER INCORPORATES BY REFERENCE FAR 52.212-4. FAR 52.212-5 IS ATTACHED. ADDENDA ARE ARE NOT ATTACHED 28. CONTRACTOR IS REQUIRED TO SIGN THIS DOCUMENT AND RETURN _______________ 29. AWARD OF CONTRACT: REF. ___________________________________ OFFER COPIES TO ISSUING OFFICE. CONTRACTOR AGREES TO FURNISH AND DATED ________________________________. YOUR OFFER ON SOLICITATION DELIVER ALL ITEMS SET FORTH OR OTHERWISE IDENTIFIED ABOVE AND ON ANY (BLOCK 5), INCLUDING ANY ADDITIONS OR CHANGES WHICH ARE ADDITIONAL SHEETS SUBJECT TO THE TERMS AND CONDITIONS SPECIFIED SET FORTH HEREIN IS ACCEPTED AS TO ITEMS: 30a. SIGNATURE OF OFFEROR/CONTRACTOR 31a. UNITED STATES OF AMERICA (SIGNATURE OF CONTRACTING OFFICER) 30b. NAME AND TITLE OF SIGNER (TYPE OR PRINT) 30c. DATE SIGNED 31b. NAME OF CONTRACTING OFFICER (TYPE OR PRINT) 31c. DATE SIGNED AUTHORIZED FOR LOCAL REPRODUCTION (REV. 2/2012) PREVIOUS EDITION IS NOT USABLE Prescribed by GSA - FAR (48 CFR) 53.212 7. FOR SOLICITATION INFORMATION CALL: STANDARD FORM 1449 OFFEROR TO COMPLETE BLOCKS 12, 17, 23, 24, & 30 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 51 664-22-2-038-0026 36C26222Q0052 11-10-2021 Doan, Anette 562-766-2214 11-19-2021 12PM PDT 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 X 511210 $41.5 Million NET30 N/A X 36C262 Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego CA 92161 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive Suite 600 Long Beach CA 90815 Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 See CONTINUATION Page PLEASE ENSURE THE FOLLOWING INFORMATION IS REFERENCED ITEM SCHEDULE, SALIENT CHARACTERISTICS, AND ALL CLAUSES PERIOD PERFORMANCE: 1/1/2022 to 12/31/2022. QUOTE MUST BE SUBMITTED VIA EMAIL TO ANETTE.DOAN@VA.GOV THIS IS A FIRM FIXED PRICE REQUIREMENT. See CONTINUATION Page X X X Edgar Alvizar Contracting Officer 36C26222Q0052 Page 1 of Page 2 of 51 Page 1 of Table of Contents SECTION A 1 A.1 SF 1449 SOLICITATION/CONTRACT/ORDER FOR COMMERCIAL ITEMS 1 SECTION B - CONTINUATION OF SF 1449 BLOCKS 3 B.1 CONTRACT ADMINISTRATION DATA 3 B.2 PRICE/COST SCHEDULE 4 ITEM INFORMATION 4 B.3 DELIVERY SCHEDULE 6 SECTION C - CONTRACT CLAUSES 8 C.1 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (OCT 2018) 8 C.2 52.217-6 OPTION FOR INCREASED QUANTITY (MAR 1989) 14 C.3 VAAR 852.212-70 PROVISIONS AND CLAUSES APPLICABLE TO VA ACQUISITION OF COMMERCIAL ITEMS (APR 2020) 14 C.4 VAAR 852.219-75 SUBCONTRACTING COMMITMENTS MONITORING AND COMPLIANCE (JUL 2018) 15 C.5 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 16 C.6 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2021) (JUL 2020) (DEVIATION) 17 SECTION D - CONTRACT DOCUMENTS, EXHIBITS, OR ATTACHMENTS 25 SECTION E - SOLICITATION PROVISIONS 26 E.1 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (JUL 2021) 26 E.2 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) 30 E.3 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 33 E.4 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) 33 E.5 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (FEB 2021) (JUL 2020) (DEVIATION) 34 SECTION B - CONTINUATION OF SF 1449 BLOCKS B.1 CONTRACT ADMINISTRATION DATA 1. Contract Administration: All contract administration matters will be handled by the following individuals: a. CONTRACTOR: b. GOVERNMENT: Contracting Officer 36C262 Department of Veterans Affairs Network Contracting Office 22 4811 Airport Plaza Drive, Suite 600 Long Beach, CA 90815 2. CONTRACTOR REMITTANCE ADDRESS: All payments by the Government to the contractor will be made in accordance with: [X] 52.232-33, Payment by Electronic Funds Transfer System For Award Management, or [X] 52.232-36, Payment by Third Party 3. INVOICES: Invoices shall be submitted in arrears: a. Quarterly [] b. Semi-Annually [] c. Other [] 4. GOVERNMENT INVOICE ADDRESS: All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. Department of Veterans Affairs Financial Services Center P.O. Box 149971 Austin TX 78714-9971 B.2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 Year _______________ _____________ PoC Stellant License 40888 0002 1.00 Year _______________ _____________ PACS Stellant License 40888 0003 1.00 Year _______________ _____________ SR Stellant License 40888 0004 1.00 Year _______________ _____________ CDM Stellant License 40888 0005 1.00 Year _______________ _____________ PoC Stellant License 202112 0006 1.00 Year _______________ _____________ PACS Stellant License 202112 0007 1.00 Year _______________ _____________ SR Stellant License 202112 0008 1.00 Year _______________ _____________ PoC Stellant License 200356 0009 1.00 Year _______________ _____________ PACS Stellant License 200356 0010 1.00 Year _______________ _____________ SR Stellant License 200356 0011 1.00 Year _______________ _____________ PoC Stellant License 28689 0012 1.00 Year _______________ _____________ PACS Stellant License 28689 0013 1.00 Year _______________ _____________ SR Stellant License 28689 0014 1.00 Year _______________ _____________ PoC Stellent License 204954 0015 1.00 Year _______________ _____________ PACS Stellent License 204954 0016 1.00 Year _______________ _____________ SR Stellent License 204954 0017 1.00 Year _______________ _____________ PoC MRX License 101019 0018 1.00 Year _______________ _____________ PACS MRX License 101019 0019 1.00 Year _______________ _____________ PoC MRX License 301417 0020 1.00 Year __________________ _____________ PACS MRX License 301417 GRAND TOTAL _____________ **Please provide a breakdown of the base year plus four option periods. DESCRIPTION/SPECIFICTIONS/WORK STATEMENT STATEMENT OF WORK SCOPE OF WORK: MAINTENANCE SERVICES AND SOFTWARE SUPPORT The intent of this Request for Quote is to enter a base year plus four option years, Firm-Fixed-Price contract for license software subscription maintenance and support, applicable software updates, and intervening service calls for Bayer Radimetrics licenses and software. The base year period of performance shall be 1/1/2022 to 12/31/2022. The option year one period of performance shall be 1/1/2023 to 12/31/2023. The option year two period of performance shall be 1/1/2024 to 12/31/2024. The option year three period of performance shall be 1/1/2025 to 12/31/2025. The option year four period of performance shall be 1/1/2026 to 12/31/2026. The Vendor shall provide all labor, supervision, materials, parts and transportation required to maintain and repair Bayer Radimetrics licenses and software. SCHEDULE OF SERVICES: The intent of the Government to award a Firm-Fixed Price contract for license software subscription maintenance and support, applicable software updates, and intervening service calls for Bayer Radimetrics licenses and software. Locations: (664) VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego, CA 92161 ITEM # DESCRIPTION EST QTY UNIT 1 PoC Stellant License 40888 1 12 months 2 PACS Stellant License 40888 1 12 months 3 SR Stellant License 40888 1 12 months 4 CDM Stellant License 40888 1 12 months 5 PoC Stellant License 202112 1 12 months 6 PACS Stellant License 202112 1 12 months 7 SR Stellant License 202112 1 12 months 8 PoC Stellant License 200356 1 12 months 9 PACS Stellant License 200356 1 12 months 10 SR Stellant License 200356 1 12 months 11 PoC Stellant License 28689 1 12 months 12 PACS Stellant License 28689 1 12 months 13 SR Stellant License 28689 1 12 months 14 PoC Stellent License 204954 1 12 months 15 PACS Stellent License 204954 1 12 months 16 SR Stellent License 204954 1 12 months 17 PoC MRX License 101019 1 12 months 18 PACS MRX License 101019 1 12 months 19 PoC MRX License 301417 1 12 months 20 PACS MRX License 301417 1 12 months DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK: The Vendor shall provide remote-support Monday through Friday 0800-1700 PST for VA San Diego Healthcare System Radimetrics server and licenses. Radimetrics licenses include contrast dose management, radiation dose management, PACS communication, speech reporting, and point of care. Services include qualified vendor corrective actions of any nonconformance of Licensed Software. Updates will include modifications, enhancements, or corrections to the licensed software that improves the performance of the licenses software. Updates should also include more current versions of existing third-party software or new their party software provided by Bayer. Remote support will include remote access to VA San Diego Radimetrics server which can only be access by a vendor with a current VHA MOU/ISA. SERVICE CALLS: Service also includes all necessary intervening service calls required to repair of license function. Intervening services will be rendered as directed by the COR. All services (intervening service calls) shall be performed in accordance with original manufacturer s specifications and FDA guidelines. BADGES AND PARKING: All Vendor personnel are required to wear I.D. badges during the entire time he/she is on Government property. I.D. badges must have an identification picture and shall state the name of the individual and the company he/she represents. It is the responsibility of the Vendor s personnel to park in the appropriate designated parking areas. Parking information is available from VASDHS Police Service. VASDHS will not validate or make reimbursement for parking violations of the Vendor s personnel under any circumstance. REPORTING (During Normal Working Hours); For any repairs or service that will be performed during the normal working hours of 8:00 a.m. through 5:00 p.m., Monday- Friday the Vendor shall check-in with the Police Service and with the COR before proceeding to the job site. Vendor shall also check-out with the COR and Police Service before leaving the job site. REPORTING (During Other than Normal Working Hours). On-site services shall be performed during normal working hours (8:00AM 5:00PM, Monday Friday) only. A separate, pre-authorized Purchase Order will be required for on-site services performed during other than normal working hours. AUTHORIZED SERVICES: Only those services specified herein are authorized under this contract. Before performing any service or repairs of a non-contract nature, the COR or Contracting Officer must be advised of the reasons for this additional work. If appropriate, the Contracting Officer or his/her designee may authorize the additional services or repairs under a separate purchase authorization. The Vendor is cautioned that only the Contracting Officer may authorize additional services or repairs and that reimbursement will not be made unless this prior authorization is obtained. GOVERNMENT HOLIDAYS: The Vendor is not required to provide service on the following National holidays, not shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day 1 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. INVOICE AND PAYMENT: Payment to be made monthly in arrears. The Vendor shall submit original invoices in proper electronic format to the Financial Services Center (FSC). Proper electronic format means an automated system transmitting information electronically according to the accepted electronic data transmission methods below: VA s Electronic Invoice Presentment and Payment System The FSC uses a third-party contractor, OB10, to transition vendors from paper to electronic invoice submission. Please see OB10 contact information below to begin submitting electronic invoices, free of charge. A system that conforms to the X12 electronic data interchange (EDI) formats established by the Accredited Standards Center (ASC) chartered by the American National Standards Institute (ANSI). The X12 EDI Web site (http://www.x12.org) Vendor e-Invoice Set-Up Information: OB10 e-Invoice Setup Information: 1-877-752-0900 OB10 e-Invoice e-mail: USClientServices@ob10.com Financial Services Center e-Invoice Contact Information: 1-877-353-9791 Financial Service Center e-Invoice e-mail: vafsccshd@va.gov The invoice MUST be itemized to include the following information listed below. Any information listed below that is not provided on an invoice will render that invoice incomplete and the invoice will be returned for immediate correction. Time period being invoiced for. Description of services. Unit Cost Billed. Extended amount due. Invoice number, and date. Contract and obligation number.