SOURCES SOUGHT
70 -- Welch Allyn Connex Vitals Management VM Software Support BASE (VA-21-00047508)
- Notice Date
- 5/4/2021 11:32:59 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25621Q0861
- Response Due
- 5/10/2021 11:00:00 AM
- Archive Date
- 05/15/2021
- Point of Contact
- Oney Kelly, Oney Kelly, Phone: 713-791-1414
- E-Mail Address
-
Oney.kelly@va.gov
(Oney.kelly@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25621Q0861 BACKGROUND: MEDVAMC has a requirement for the following: Welch Allen Software Support and Hardware (Server) for base plus 4 option years. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT 0001 1.00 EA Pre-contract Welch Allyn Servers 0002 1.00 JB Welch Allyn Server Installation/ Welch Allyn Service HUB Installation 0003 398.00 EA Welch Allyn Service HUB Licenses 0004 1.00 YR Welch Allyn Connex VM Vitals Management Software Maintenance & Support (BASE) 0005 1.00 YR Service HUB Support (BASE) A. Support & Maintenance Software Welch Allyn Connex VM Vitals Management Software Maintenance Agreement (398 Licenses w/Support) Welch Allyn Service HUB (398 Licenses w/Support) Installation of inpatient and outpatient server and licenses for Connex VM Vitals Management software Installation of Service HUB and licenses Support for Connex VM Vitals Management and Service HUB also includes but not limited: technical phone support for IT personnel 24hours per day/7 days per week/365 days. Maintenance for Connex VM Vitals Management and Service HUB includes the following: 1). Availability of patches, updates, enhancements, and new versions of the software covered. 2). Access to Welch Allyn downloads for updated and new drivers. The Contractor shall provide software licensing, support and maintenance services by authorized Service providers of the software listed above. The software shall be maintained to be at optimal performance level. Upgrade/updates shall be performed as necessary per manufacturer s specifications. Any maintenance, upgrades or updates shall be scheduled at least three (3) days in advance with the Contracting Officer Representative (COR). Service also includes all necessary intervening service calls required to bring the software to optimal performance level. The MEDVAMC will provide at their discretion first call service, which includes trying to resolve any problem first before calling the contractor. During the base year, the Contractor shall reinstall/migrate the Connex software on new government furnished virtual servers which have supported a Windows operating system. The software shall be brought up to the latest approved version (Connex CS 1.8X or better) to include Qty 1 Production Server Qty 1 Test Server Qty 1 ADT Production license Qty 1 ORU Production license Qty 1 ADT Test license Qty 1 ORU Test license Qty 5 test connectivity licenses Qty 398 production connectivity licenses Qty 1 thumb drive Production software (with included software app, installer and Proview) Qty 1 thumb drive Test software (with included software app, installer and Proview) POP- Base year plus 4 option years REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Oney.kelly@va.gov. Please respond to this RFI no later than May 10, 2021. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/51d329f5e73b42e1960605ad04aa2d02/view)
- Place of Performance
- Address: 2002 Holcombe BLVD Houston TX 77030, USA
- Zip Code: 77030
- Country: USA
- Zip Code: 77030
- Record
- SN05991474-F 20210506/210504230118 (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 |