Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

70 -- RTLS SUSTAINMENT IDIQ RFP Amendment 1

Notice Date
8/4/2020 1:30:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24120R0006
 
Response Due
8/14/2020 1:30:00 PM
 
Archive Date
08/29/2020
 
Point of Contact
John D HarrisContracting Officer, Phone: (802)295-9363 Ext 5175
 
E-Mail Address
john.harris405@va.gov
(john.harris405@va.gov)
 
Description
Amendment 1 is issued to provide and updated PWS and make edits to section E.7 52.212-2 EVALUATION-COMMERCIAL ITEMS (TECHNICAL CONSIDERATIONS) to correctly allign the evaluation criteria with the PWS. The updated PWS also provides an updated system architecture.� In clarification, there is no set-aside for this solicitation. All qualified contractors are requested to submit their proposal. Accordingly, the due date for response proposals has been changed to 08/14/2020 at 16:30. Please see the updated Notice and RFP with the attachments. 1. BACKGROUND Veterans Integrated Service Network 1 (VISN 1) has installed a standardized RTLS systems at all major sites (see Table 1) to better enable the VA to manage and track assets. RTLS solutions address many of the VA�s needs by providing additional capabilities beyond barcoding and can result in design process improvements for higher quality patient care, reductions in staff hours spent searching for equipment, and the ability to maintain effective inventory levels. To enable this Asset Tracking (AT) RTLS system, hardware and multiple software applications are integrated at the VISN-level to form a VISN 1-wide standard of technology and capability. This standardization process included the use of Intelligent Insites (Asset Tracking Application) and Centrak (Location Services Technology) as two core components. The RTLS system in place is an enterprise solution for VISN 1 in both standard of technology and meets VA policies. 2. SCOPE OF SERVICES AND SUPPLIES SOUGHT VISN 1 seeks to obtain RTLS maintenance and operation services and supplies at locations shown�in the RFP PWS attached�through a single-award, Indefinite Delivery, Indefinite Quantity (IDIQ) vehicle. The Contractor shall be able to provide the routine services and supplies, as well as be capable of updating RTLS application configurations that come about due to changes caused by minor construction projects (such as a floor or wing renovation) or major construction (such as a new building on campus). The successful offeror shall be able to meet the required specifications of the RTLS infrastructure that provides the current VISN 1 standard. Offerors that seek to replace the existing standard with another will be found non-responsive. Additional, related work may be ordered off the resulting -contract without further competition at the discretion of the Contracting Officer (CO). The Contractor shall provide RTLS Operation and Maintenance (O&M) services and supplies, inclusive of RTLS application client and server software, operating system maintenance, operational support services, supplies, and hardware in accordance with the terms detailed in the RFP�PWS attached.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4a6ab8ad86f84637b8633321f61c1bea/view)
 
Place of Performance
Address: West Haven, CT 06516, USA
Zip Code: 06516
Country: USA
 
Record
SN05745082-F 20200806/200804230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.