SOLICITATION NOTICE
D -- PAGING SYSTEM VA BOSTON HELTHCARE SYSTEM
- Notice Date
- 1/15/2010
- Notice Type
- Presolicitation
- NAICS
- 517210
— Wireless Telecommunications Carriers (except Satellite)
- Contracting Office
- Department of Veterans Affairs;VA Boston Healthcare System;Contracting Officer (90C);940 Belmont Street;Brockton MA 02301
- ZIP Code
- 02301
- Solicitation Number
- VA-241-10-RQ-0180
- Response Due
- 2/2/2010
- Archive Date
- 2/12/2010
- Point of Contact
- Darlene.Chase@va.gov
- E-Mail Address
-
Contracting Specialist
(darlene.chase@va.gov)
- Small Business Set-Aside
- N/A
- Description
- The VA Boston Healthcare System intends to negotiate and procure on a sole source basis to USA Mobility, located in Dallas, TX. This procurement of these services includes: B.1 SPECIFICATIONS Contractor shall provide all labor, equipment, and supplies necessary to provide digital paging services to all campuses of the VA BOSTON HEALTHCARE SYSTEM B1.1 Pagers shall utilize existing pager numbers. 617-705-xxxx All new pagers shall be in same number range 617-705-xxxx B1.2Digital display pagers must have a minimum of 16 memories, current time display, time stamp for each page received, audible beep or tone, and vibration mode. Page recall (voice mail retaining numeric digital messages) should be available upon request. There shall be unlimted messaging for all pagers B1.3Alphanumeric pagers will have a minimum of 20 memories for new messages, time and date stamps for each message, at least four programmable sources, over the air programming capabilities, and alarm clock function. B1.4Radio Frequency vendor shall utilize frequency bands which are isolated from non-medical, non-emergency frequencies B1.5Geographic coverage: Paging coverage must be available in Massachusetts Local coverage - Massachusetts Suffolk, Norfolk, Worcester, Bristol counties Southern New Hampshire and Maine. All of Rhode Island Regional coverage all New England states and down eastern seaboard ot Virginia, National coverage 48 contiguous states B1.6Paging company must provide a free exchange pager within 24 hours, seven (7) days per week, from telephone notification of required servicing. All repair units must be picked up and delivered to the VA Boston Healthcare System, West Roxbury, MA. A signed receipt for delivery and pick-up system must be established. All exchange pagers must be of quality equal to or greater than the exchanged/returned pager. B1.7Mechanism must be available for users to call forward pagers by phone and by web access. Users also need to be albe to change status so all can see status of staff.i.e. off site refer calls to etc. B1.8Successful bidder must be able to bill monthly and show detail by user. The monthly invoice will specify the number of pagers received by each user per unit per month. B1.9Mechanism shall be available to group pagers to sound simultaneously for emergency groups. Dual coded pagers are acceptable B1.10 Successful offeror must be able to provide the Department of Veterans Affairs with an account management tool accessible through the Internet. Successful offeror will provide a tool accessible through the Internet to update billing records and program the paging companys terminal at the same time. The Veterans Affairs will be able to access only their own records through a password identification system and no other customer will be able to access the VA account. Tools should be provided such that billing records, exchanges and additional units may be added or deleted to the Veterans Affairs account by designated Veterans Affairs staff. All changes done through this tool shall immediately affect billing on the account. Successful offeror must be prepared to train all designated Veterans Affairs staff with a trainer who has received product training from the manufacturer or qualified trainer and had experience administrating the system. A demonstration of the paging companys ability to provide the account management tool or like service may be requested prior to award. System upgrades to be provided at no additional charge. B1.11Any dispute of service must be coordinated with a Medical Center designee; this includes any subcontracted part of the service. Should there be an unscheduled disruption of service the successful offeror shall have an Emergency Preparedness Plan to address the concerns of the Medical Center and includes use of a computerized system for notification of problems. Offerors are reminded that this is a medical facility and this Medical Center is a key player in the Boston Metropolitan area disaster team as well as the National Emergency Medical Response Team. A complete copy of this emergency plan shall be submitted with the proposal. A plan that is not complete in addressing the concerns of the Medical Center shall be reason for rejections of a bid on the basis of non-responsible. The emergency plan shall cover but not be limited to the following elements that affect the ability to send/receive pages: power failure, equipment failure, communication failure, utilization of alternative frequencies, maintaining an adequate supply of technicians, and notifications for planned and unplanned downtimes. B1.12Bid prices shall include all batteries, clips and covers that are required for the pagers, including those supplies that need to be replaced for normal wear and tear. Spare batteries will be supplied each month for each unit free of charge unless otherwise requested by the Department of Veterans Affainrs. Only those items that are destroyed due to negligence would be exempted from the offerors responsibility. Offerors must provide for an in house supply pool of ten (10) un-billed, non programmed digital pagers; These will be used for an immediate exchange or new pager within the VA. B1.13Successful offeror will have sufficient trained equipment technicians in the local area for efficient maintenance and repair or replacement of non-functioning equipment. Response time will be considered of an emergent nature and must be addressed in the proposal and emergency plan. This procurement is being conducted under FAR 6.302-1, only one responsible source and no other vendor or product will satisfy agency requirements. To the best of our knowledge USA Mobility is the only authorized distributor of this equipment. The NAICS 517210 with a size standard of 1,500 employees. This notice of intent is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any firm that believes it can meet these requirements may give written notification to the Contracting Officer within eleven (11 ) calendar days from the date of publication of this synopsis. Supporting evidence must be furnished in sufficient detail, to demonstrate the ability to comply with the above requirements. This information can be faxed to Darlene Chase at 774-826-3347. Responses will be evaluated however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. Contractor shall provide all labor, equipment, and supplies necessary to provide digital paging services to all campuses of the VA BOSTON HEALTHCARE SYSTEM. 1. Identification of the agency and the contracting activity. VA Medical Center, Office of Information Technology, West Roxbury, MA *2. Nature and/or description of the action being approved. Rental of long range pagers for use by staff of VA Boston Healthcare System and for hospitality pagers for use by patients USA Mobility is the largest vendor with the best response time. *3. Description of the supplies or services required to meet the agency's needs (including the estimated value). N/A 4. Identification of the statutory authority permitting other than full and open competition. FAR 6.302-1, USC 253(c)(1) Only One Responsible Source, *5. Demonstration that the proposed contractor's unique qualifications or the nature of the acquisition requires use of the authority sited. Va bhs owns software and hardware that allows pager forwarding and account management using proprietary software through USA Mobility. We have written agreements through OIT for a dedicated tunnel connecting VABHS to the USMO terminal in Plano Texas. They are the leader in the paging industry *6. Description of efforts made to ensure that offers are Solicited from as many potential sources as is practicable, including whether a Commerce Business Daily notice was or will be published. The following vendors were contacted, however were unable to provide these services. 1. 2. 3. 4. 7. Determination by the contracting officer that the anticipated cost to the Government will be fair and reasonable. GSA contract 8. Description of the market survey conducted (i.e., names, of firms and the date(s) the firms were contacted) and the results or a statement of the reasons a market survey was not conducted. *9. Any other facts supporting the use of other than full and open competition, such as an explanation why technical data packages, specifications, engineering descriptions, statements of work, or purchase descriptions suitable for full and open competition have not been developed or are not available. Vabhs owns software and hardware that allows pager forwarding and account management using proprietary software through USA Mobility. We have written agreements through OIT for a dedicated tunnel connecting VABHS to the USMO terminal in Plano Texas. They are the leader in the paging industry 10. A listing of the sources, if any, that expressed, in writing, an interest in the acquisition. 11. A statement of the actions, if any, the agency may take to remove or overcome any barriers to competition before any subsequent acquisition for the supplies or services required. Contracting Activity will continue to encourage full and open competition whenever possible.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BoVAMC/VAMCCO80220/VA-241-10-RQ-0180/listing.html)
- Record
- SN02043439-W 20100117/100115235344-17ed8d39a4010673002aff68c4816b4e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |