SOURCES SOUGHT
D -- Interactive Patient Care System Services Veterans Integrated Service Network 04 (VISN04)
- Notice Date
- 2/2/2022 9:03:57 AM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0377
- Response Due
- 2/15/2022 11:00:00 AM
- Archive Date
- 03/02/2022
- Point of Contact
- Thomas A. Cossentino, Contract Specialist, Phone: email only, Fax: email only
- E-Mail Address
-
thomas.cossentino@va.gov
(thomas.cossentino@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION. This is a Sources Sought Notice only and is issued to conduct market research and gain knowledge of current market capabilities. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice is issued solely for information and planning purposes and does not constitute a solicitation or a guarantee to issue a solicitation in the future. This notice does not commit the Government to contract for any supply or service. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Not responding to this notice does not preclude participation in any future solicitation, if issued. This announcement is based on the best information available at this time and is subject to future amendment. No solicitation document is available at this time; this notice is to acquire information only. The Department of Veterans Affairs, Network Contracting Office 4, is conducting a market survey to identify potential sources to perform a firm fixed price contract for procurement of Interactive Patient Care system services at the nine VISN04 medical centers and associated facilities, as indicated in the attached requirements description. SEE ASSOCIATED PDF ATTACHMENT: VISN04 Interactive Patient Care Services SS PWS FOR REQUIREMENTS DESCRIPTION Capabilities Statement and Documentation: Vendors are invited to provide their capabilities, experience and knowledge in the provision of Interactive Patient Care system services. Vendors are asked to provide information to demonstrate their answers to the following items of information: 1. General information about your firm to include: Company Name: Company Address: Socioeconomic Status: GSA Contract Number covering these services and Expiration Date (if applicable): Additional Contract Vehicles covering these services and Expiration Date (if applicable): Company DUNS: Company NAICS Code(s): Point of Contact Name: Point of Contact Phone Number: Point of Contact Email Address: Company Website (if available): 2. Provide a general summary of your firm s ability to provide the services described in this announcement. In addition to a Capability Statement, submissions can include specifications, brochures, and manuals as attachments. 3. Provide specific responses to the following questions regarding the PWS attachment sections referenced: System Connectivity PWS 5.1.2, 6.3 QUESTION 3.A. Can the vendor describe in detail how they plan to ensure that a fully functional bidirectional interface is working at each facility? Please provide examples of past experience in other VISNs where technical difficulties were present upon initial installation and how those problems were solved. 3.B. There is a national Department of Veterans Affairs initiative to update all Electronic Health Records systems (EHR). This includes replacing VISTA with Cerner within the next 10 years. Does the vendor have any experience with Cerner? Can the vendor provide an explanation of how they can take steps now, with this acquisition, that will ease the transition process when VISN04 begins its Cerner rollout? Facility Internet Connectivity PWS 5.3.1, 6.3.3 3.C. What bandwidth requirement does the vendor have for their system to operate successfully? How much headroom is needed to account for peak data usage? 3.D. Each facility within VISN04 has a different type of existing internet connectivity, found in section 5.3.1.2 of the PWS. What solutions does the vendor propose to best meet the internet requirements? How is the vendor able to collaborate with the VA for the National Guest Wi-fi program? Digital Signage PWS 5.7 3.E. Does the vendor have any solution for patient wayfinding? This can range from a digital map with a You are Here indication to directional cue offerings with speech activation capabilities. Installation Phasing Plan PWS 6.6, 6.1.1 3.F. Please provide a sample of an installation plan that was used with another VA facility. 3.G. What level of experience does the vendor have utilizing the VA Office of Construction & Facilities Management, Master Construction Specifications (PG-18-1) On-Site Manager PWS 7.1, 19.0, 21.0 3.H. Is there any additional evaluation criteria that the vendor proposes for the on-site manager? 3.I. What qualifications does the vendor propose for the on-site manager positions? 4. Identify whether your firm has FedRAMP approvals pertaining to this potential requirement anticipated, in-process, or completed. 5. The North American Industry Classification System Code (NAICS) is 541512, Computer Systems Design Services, and the Small Business Size Standard is $30 million. If your firm considers a different NAICS code more appropriate for this procurement, please indicate such in the response. 6. Based on market response, the following clauses may be included in a resulting solicitation, should one be issued: VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside VAAR 852.219-11, VA Notice of Total Veteran-Owned Small Business Set-Aside FAR 52.219-6, Notice of Total Small Business Set-Aside Accordingly, prospective vendors will be required at time of solicitation response to certify to the applicable limitation on subcontracting requirements in 13 CFR 125.6, with reference to the appropriate set-aside. Please include in the response to this sources sought notice your ability or inability to certify to the clause applicable to your organization. Please note that SDVOSB and VOSB vendors must be registered and verified in VA s Vendor Information Pages database to participate in VA procurements set aside for SDVOSB or VOSB competition. Additionally, in accordance with FAR 4.11, prospective vendors must be registered in the System for Award Management (SAM) database and must complete electronic annual representations and certifications in SAM prior to award of a contract. SAM is located at https://sam.gov/SAM/ and consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO cost to use SAM. 7. Response: Submit responses via email to Contract Specialist Thomas Cossentino at thomas.cossentino@va.gov no later than 2:00 PM EST, 02/15/2022, with Sources Sought number 36C24422Q0377 in the subject line. Telephone responses will not be accepted. The government will not provide feedback in response to vendor questions about the requirement at this time. If you identify ambiguities or have concerns about anything in the description of the requirement, however, please include them with your response. Confirming receipt of the response is the responsibility of the vendor. Contact the contract specialist if the government does not confirm receipt of the sources sought response within 2 business days.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f2b6dadb77f5403dbde1b069d2e21d08/view)
- Place of Performance
- Address: VISN 04 Multiple Sites -- see attached requirements description, USA
- Country: USA
- Country: USA
- Record
- SN06231748-F 20220204/220202230103 (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 |