Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 05, 2021 SAM #7187
SOURCES SOUGHT

65 -- provide Nuclear Medicine Management software (Brand name or (Brand name or Equal) for the Madison VAMC located in Madison, WI 53705.

Notice Date
8/3/2021 7:19:24 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25221Q1020
 
Response Due
8/9/2021 9:59:00 PM
 
Archive Date
09/08/2021
 
Point of Contact
Matthew Hohl, Contract Specialists, Phone: Matthew.Hohl@va.gov
 
E-Mail Address
Matthew.Hohl@va.gov
(Matthew.Hohl@va.gov)
 
Awardee
null
 
Description
Page 2 of 3 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide Nuclear Medicine Management software (Brand name or Equal) for the Madison VAMC located in Madison, WI 53705. General Requirements: Brand name or equal to EC2 Software Solutions NMIS software Works with specifications for the software workstation: Operating System requirements: Windows 10 or higher Hardware Minimum Requirements: Intel Core i5 System,4 GB RAM, Hard Drive: 500 GB or higher, Monitor: 20"" Flat Panel LCD,DVD Drive,Mouse & Keyboard,Printer Internet requirements: Internet access suggested for program updates Backup Requirements Shared network drive with full control for users Network Systems - Server Operating System requirements: Windows 10 or higher, Server 2016 or higher HL7 Interface Dose Calibrator Interface with cable USB Barcode reader and associated software Provides: On-Site and Web training and set-up The software will do the following at a minimum: 1. Allow the tracking of inventory, doses, patient information, waste, quality control,and billing. 2. Allow tracking of radio-pharmaceutical doses from ordering and acquisition to use and disposal. 3. Tracks day-to-day regulatory tasks, making it difficult to miss required activities. 4. Automatically compiles daily reporting and monthly records. 5. Confirms via scan that the dose is correct for the correct patient and records percent variance from ordered dose. 6. Provides complete data storage for Nuclear Medicine health physics activities. 7. Records data from quality control and maintenance on related equipment. The software will be easily upgradeable as necessary, with the company providing upgrades to keep the system current. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP Contract number, if applicable. DUNS number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. *Failure to provide the above information will result in an incomplete response and will not be considered* Submit responses to the Contracting Specialist, Matthew Hohl, at Matthew.Hohl@va.gov no later than 11:59 PM (Central Standard Time), 8-9-2021 @11:59pm. 36C25221Q1020 NMIS software shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 511210, Software Publishers, is applicable to this acquisition; the size standard is $41.520 (Size standards in Millions of Dollars). Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7cc084f986b74108ae00873725f660db/view)
 
Place of Performance
Address: Madison, WI 53705
 
Record
SN06083818-F 20210805/210803230124 (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.