SOURCES SOUGHT
K -- VA LOMA LINDA FLEET MANAGEMENT MAINTENANCE SUPPORT
- Notice Date
- 10/21/2020 12:32:10 PM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0045
- Response Due
- 10/26/2020 10:00:00 AM
- Archive Date
- 11/05/2020
- Point of Contact
- Ryan.Singketary@va.gov, Ryan Singletary, Phone: 562-766-2234
- E-Mail Address
-
Ryan.Singletary@va.gov
(Ryan.Singletary@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Monday, October 26, 2020 at 10:00 a.m. PST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334511. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide VA Loma Linda Healthcare System Fleet Management maintenance of exiting system that at a minimum meets the following salient characteristics with a for the VA Loma Linda Healthcare System: Authorized distributors of Teletrac Navman Monthly subscription: 103 subscriptions Vehicle Locating Device Co-Terminus Add-ons One-minute location updates Life-time warranty 24X7X365 Tech Support Period of Performance: 12 months from the date of award plus 4 12-month option years. Please see statement of work attached. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than October 26, 2020 at 10:00 am PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. STATEMENT OF WORK TITLE: VA LOMA LINDA HEALTH CARE SYSTEM FLEET MANAGEMENT MAINTENANCE, NAVIGATION, AND TELEMATICS TRACKING SOLUTION BACKGROUND INFORMATION: This request is to support fleet management maintenance, navigation, and telematics tracking for approximately (103) vehicles/systems. The vendor will provide custom shuttle bus tracking for VA Loma Linda shuttle buses to include monitors at both pick up and drop off sites at the HCS. This system will allow patients and stakeholders to know when the next shuttle will arrive/depart. In addition, the system will provide panic buttons to support safety and security requirements and aid the driver in the event on an emergency, vehicle breakdown, and/or safety issue. In addition, the vendor will provide maintenance reminders, mileage, miles per gallon, safety analytics, reporting, camera recording, location and navigation services. OBJECTIVES: The purpose of this contract is to streamline efficient use of VALLHCS resources and improve safety and security for all stakeholders (e.g., patients, staff, providers, visitors, etc.). The vendor will improve driver behavior, reduce fuel costs, increase fleet uptime, improve and optimize vehicle efficiency, improve safety, improve real-time fleet activity tracking and analytics, improve system security and immediate notification in the event of breach, threat, or loss of secure services, improve security, and improve inter-operability with other GSA services/systems. IV. SCOPE: The fleet requires fuel tracking, maintenance tracking, vehicle tracking, miles per gallon tracking, navigation services, global positioning services, improved driver behaviors, reduction in fuel cost, increase in fleet uptime through early vehicle issue detection and maintenance reminders, improved fuel efficiency, improved fleet tracking, improved diagnostics, improved fleet analytics, easy to understand fleet performance tracking, use of web-based solutions to track vehicle locations, estimated arrival times, estimated departure times, cameras to aid in the event of a sudden stop (e.g., collision, accident, incident, etc.). The solution must provide secure, safe, intuitive, visibility, monitoring, control, management, and communication with fleet resources using a secure, web-based application using secure, cloud-based servers. The system must be secure and inter-operable with GSA systems. The system must provide real time tracking options and user interface to include real time shuttle tracking using small screen monitors/notepads/notebooks. The system must include devices/modems, cables, hardware, user interface options, six (6) cameras in the vehicles to face forward which are inter-operable with the system devices/modems, cables, hardware, etc. System may include, but is not limited to, cameras, cables, wires, hardware, modems, Qubes & VPods to support system functions. PERIOD OF PERFORMANCE: Base plus four years. VI. PLACE OF PERFORMANCE: VA Loma Linda Health Care System (VALLHCS) 11201 Benton Street Loma Linda, CA 92357 Plus the surrounding VALLHCS catchment areas to include, but not limited to, the Medical Center, ACC, CBOCs, Vet Centers, Business Center, other leased areas, etc.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e434b55eeadc43308a11babdda5c6ca2/view)
- Place of Performance
- Address: VA Loma Linda Healthcare System 11201 Benton Avenue, Loma Linda 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05834926-F 20201023/201021230141 (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 |