DOCUMENT
Q -- Securing Medical Devices and the Internet of Things (loT) MEDFUSION Pilot Demonstration - Attachment
- Notice Date
- 6/2/2017
- Notice Type
- Attachment
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11817R2155
- Response Due
- 6/5/2017
- Archive Date
- 8/4/2017
- Point of Contact
- Joanne DeFazio
- E-Mail Address
-
uinones<br
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification is to extend the RFI response date to June 5, 2017, 10:00AM EST. Introduction The purpose of this Request for Information (RFI) is to determine if contractors are capable of meeting VA s requirements for Securing Medical Devices and the Internet of Things (loT) MEDFUSION Pilot Demonstration. This RFI is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Information (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Questions Please submit the below requested information by 10:00 AM EST on Monday June 5, 2017 via email to Joanne DeFazio, Contract Specialist, at joanne.defazio@va.gov and Juan Quinones, Contracting Officer, at juan.quinones@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Joanne DeFazio at joanne.defazio@va.gov or 732-440-9679. General Company Information Include the following identification information Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address Are you a Service-Disabled Veteran-Owned Small Business (SDVOSB)? If so, are you capable of performing at least 51 percent of the cost of personnel for contract performance/cost of manufacturing, excluding the cost of materials for this requirement? Are you able to comply with VAAR 852.219-10/11 in completion of this effort? Are you a small or large business under NAICS 541512 ($27.5M)? If you believe there is a more appropriate NAICS code, please provide that to the Government with your rationale. If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in completion of this effort? List any contracts in which you are a contract holder (GSA, NASA SEWP, etc.). Has the draft PWS and attached Pilot Concept Document provided sufficient detail to describe the technical and functional requirements that encompass the requirement? ______ YES _______ NO If NO, please provide your technical and functional comments/recommendations/questions on elements of the draft PWS and Pilot Concept Document that may contribute to a more accurate proposal submission and efficient, cost effective effort. Please provide comments and recommendations regarding the strategy and required details for pricing the effort For estimating purposes only, provide a ROM that covers the complete PWS. The ROM shall be structured to identify labor categories and proposed level of effort to complete the work. Capability Statement Submit a capability statement of your company s ability and understanding of providing the requirement in the attached PWS and Pilot Concept Document. Responses should be a maximum of 10 pages, using a page size 8.5 by 11 inches with 1 inch margins, single space paragraphs, with minimum font size/style 12 point Times New Roman font for text, 9 point minimum size Arial or Times New Roman font for tables, and 8 point minimum size Arial or Times New Roman font for graphics, maps, charts, graphs, diagrams, or figures. Tables and graphics may be landscape; all other text must be portrait. All proprietary/company confidential material shall be clearly marked on every page that contains such.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c358b872d8b14d4f08450adc50ea75b8)
- Document(s)
- Attachment
- File Name: VA118-17-R-2155 VA118-17-N-2155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3546266&FileName=VA118-17-R-2155-003.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3546266&FileName=VA118-17-R-2155-003.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-17-R-2155 VA118-17-N-2155_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3546266&FileName=VA118-17-R-2155-003.docx)
- Record
- SN04531414-W 20170604/170602235106-c358b872d8b14d4f08450adc50ea75b8 (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 |