SOURCES SOUGHT
70 -- SCLogic
- Notice Date
- 6/7/2023 10:45:38 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
- 36C25623Q1192
- Response Due
- 6/14/2023 12:00:00 PM
- Archive Date
- 08/13/2023
- Point of Contact
- REGGIE CLARK, Contracting Officer, Phone: 601-206-7054
- E-Mail Address
-
reginald.clark@va.gov
(reginald.clark@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice 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. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1. Title: SCLogic 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: Scope To install a standardized, Logistics Workflow Platform in eight VISN 16 sites (New Orleans, Shreveport, Alexandria, Biloxi, Fayetteville, Little Rock, Houston and Jackson) with automation for the following logistics workflows: Warehouse Package Delivery with Pharmacy Medication Log; Facilities Request workflows; System testing and onsite user training at all VISN 16 sites. Specific Tasks Task 1 - Installation. To install the server, workstation and mobile components onto a VA-created virtual machine, VA-supplied workstations and contractor-supplied mobile devices. The logistics workflow platform will provide a real-time view of the health of logistic workflows throughout the VAMC. The platform will include browser-based tools for internal hospital customers (doctors, nurses, technicians) to make delivery/pickup requests and view request status; the platform will include user automation such as mobile iOS software for delivery with signature capture and fulfillment screens to organize and manage incoming customer requests; the Supply Chain Management team will oversee the logistics workflows with real-time dashboards and productivity reports. The Logistics Workflow Platform must have the following characteristics: TRM Compliant Platform must include a compatible MASA-approved iOS client available in the VA App Catalog for mobile use. Customer Service Requests via internally hosted browser-based forms Fulfillment screens for job and request management Real-time dashboards for viewing workflow status and health at a glance 24/7 Support Available PO line item receiving integration. Configurable software screens on workstations and mobile devices Personnel/Department or Item Alerts Email and text system notifications Fully encrypted mobile communications Employee performance reporting Utilize barcode scanning and barcode label printing for efficient item delivery. Must include mobile signature capture. Mobile devices must function in unconnected environments. Must include internal browser-accessed Client Service Portal for reports, searches, requests and user tools. Platform must include the ability to scan all carrier barcodes on incoming packages including the VAMC prime vendor. Platform must record time/date, status, location, owner and any other user-definable data at each step in the logistics workflow process Platform must be able to record the full chain of custody from receiving/request through pickup/delivery for any accountable item that is moved. iOS software must allow for blacklist and whitelist of specific barcode types and characteristics Platform must include SLA Reporting Platform must include role-based security and access Platform must have available SSO for Single Sign-On System must have user-definable fields for workflow data collection Platform must collect delivery/pickup signatures, and integrated photo image capture Platform must include available automation rules specified customized actions to automate predictable steps in the logistics workflow. Installed equipment shall have a one-year full warranty for equipment commencing from date system is 100% accepted date from defects or damage not caused by VA personnel. Install does include disassembly of existing storage devices, turnkey.Confirm this is in current quote. Licensing One-year license agreement for use of Logistics Workflow Platform and related support, commencing from date system is 100% accepted date. Software upgrades of the installed program and software are included for as long as the subscription is current. Web-based tools shall be available on any VA workstation for searches and reports. User workstation and mobile client licenses are per installation and limited to only the subscribed quantity per site. Support Premium support of the logistics workflow solution should include 24/7 support with remote control troubleshooting of the workstation, server or mobile software. Support also includes entitlement to all software versions updates (major and minor) while the subscription is current. Hardware maintenance support with hot-spare managed device pool is included for the workstation barcode scanners and label printers. Mobile iOS clients are supported via hardware manufacturer s support. Hardware and Software Install The contractor will remotely install PC workstations in various logistics areas like warehouse, NX and EX supply rooms. The contractor will remotely install the server software onto the VA-created virtual machine and test all connections. The contractor will assist the VA with iOS client download from VA app catalog and test sync all devices. All work and installation will be coordinated with the COR and Warehouse Staff. Phasing and work schedule will be provided and coordinated with the COR. The installations will occur at the discretion of the COR and be coordinated with each site individually. The full deployment shall have a 6-month deployment window. This will allow for each site to plan and prepare all aspects of the new equipment. In addition to the COR, an additional representative at each of the facilities will act as a liaison to ensure that the vendor meets government expectations and follows the guidelines as set by the Contracting Officer. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space and space available shall be as determined by the COR. Access The VA will grant temporary access to the Contractor for loading the server software remotely and testing. The workstations are deployed using Click Once deployment. Operator Training The Contractor shall provide initial end-user, super-user, supervisor, and leadership training for the installed system at each location. The Contractor shall provide materials designed to facilitate continued internal training by VHA personnel throughout the lifecycle of the system (i.e. train-the-trainer). The training shall be tailored (as required) for each location(s) installation and implementation. A training plan shall be submitted by the contractor no later than ten (10) days after date of award. Training shall include, but not be limited to: Scanning received packages Sorting packages to departments Delivering packages with signature capture & scan Searches, Reports, data views Managing pickups Pharmacy med logging Acceptance Timeline The contractor shall have 180 days from the notice to proceedWill it really take 180 days for implementation? Seems like a long time for software installation. Its eight different sites to complete all work necessary for the set-up, installation, implementation, and final acceptance of the system at the required location Performance Monitoring Completion of the install will be verified by facility COR POC or designated personnel. Functionality and accuracy of the installed equipment will be continuously monitored by Logistics staff to ensure equipment is functioning properly and providing accurate and timely information for inventory and reordering purposes. Installed equipment and software is monitored by Contractor employees by daily check-ins that shall occur remotely at least 4 times every 24 hours. Contractor support to be provided for any defects or functionality problems by contacting Contractor via email or telephone within time frames designated. The Contractor will meet (e.g in person, telephone, etc.) with the POC monthly to address any unresolved issues. Any unresolved and/or continuous issues will be addressed to the Contracting Officer for corrective action. Warranty and Support Warranty of the equipment will be provided for one year upon receipt and acceptance of the equipment. The Chief Logistics Officer or designee must sign off on acceptance before the warranty cycle begins. The warranty must be provided in the quote to cover all components of the package tracking equipment. Key Terms for warranty support: One year of warranty upon initial receipt and acceptance signature 30 min call back response during normal business hours of 7AM to 5PM PST 24 hours, 7 days a week on-site coverage availability 24 hours on-site response time 6 hours on-site response for disabled systems Service reports sent to all appropriate points of contact with quarterly aggregate reports Uptime commitment of 96% Includes remote software and interface diagnostics, repair and replacement parts, software updates, and upgrades VA Logistics will have full access to the hardware and software that constitute the system, including any diagnostic software features and general administration rights. The VA Logistics point of contact must be briefed, by the vendor, on all software upgrades and changes and agrees to each prior to installation. The vendor shall provide and install manufacturer-recommended software upgrades and changes at no additional charge during the Security Requirements The Contractor will be responsible for ensuring compliance by its employees with the security regulations of the Veterans Administration s (VA s) work is performed under this contract. All workers are required to obtain a time-limited I. D. badge from the VA Police Service located on the ground floor of the Admin Building. This badge must be worn at all times when workers are on site. The information obtained in the performance of this contract is considered to be confidential and must not be revealed to anyone who is not authorized to know. Portions of information disclosed during the performance of this contract are protected by the provisions of the Privacy Act of 1974; therefore, all personnel assigned to this Contract are required to take proper precautions to protect the information from disclosure. Commitment to Protect Sensitive Information. The Contractor and its employees shall not release, publish, or disclose sensitive information to unauthorized personnel, and shall protect such information in accordance with provisions of 18 U.S.C. 641 (Criminal Code: Public Money, Property or Records) and any other pertinent laws and regulations governing the confidentiality of sensitive information. Computer security is a vital part of patient rights and privacy. All computer information from the VA is considered sensitive and shall not be disclosed to anyone by the Contractor, or its employees. The Contractor and its employees shall follow all VA computer security guidelines. Violation of this policy could result in the federal prosecution of the individual(s) involved. All Contractor personnel performing services under this contract must complete a confidentiality certification. Vendor owned software and/or program (SCLogic) to be installed on VA owned server, laptop and desktop computer. Other access to vendor website and programs (SClogic) will be permitted by vendor from any desktop computer using the World Wide Web. Contractor personnel performing installation may be required to complete a Department of Veterans Affairs security screening. The Contractor shall conduct their own background checks on their employees prior to ensure suitability of performance under this contract prior to the employee s start date. Once contracted staff have started the background check they shall be fingerprinted at the VA prior to start date. Contractor will have background check completed or show proof of background check completed no longer than one (1) year ago, from date of award upon request, the Contractor shall provide documentation to the Contracting Officer or Contracting Officer s Representative (COR) of these completed background check. All Contractor personnel shall obtain contractor badges from the PIV office (VA Police Department) and shall always display/wear the Contractor s badge All contractors shall not enter the work area without the appropriate badge. VISN 16 MEDICAL FACILITY SCM staff will facilitate/provide a sponsor. Contractors may be subject to inspection of their personal effects when entering or leaving the work area. The VISN 16 Medical Facilities will provide the vendor/contractor with expendable medical supply information required to populate the inventory system and computer files for intended use. With respect to data analysis, reporting, and programming services, VISN 16 Medical Facilities are responsible for their selection to achieve the intended results. No access will be required or requested to sensitive patient information. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The VISN 16 Medical Facilities will allocate virtual machines on the VA server network, including access to server closet for virtual server set up, laptop and desktop computer for installation of vendor owned software and related programs need to make the installed equipment operational. Server Operating System must be 2016 Confirm this is still accurate. and Workstations Window 10. The VISN 16 Medical Centers will each provide a virtual server on the VA network for the Logistics Workflow Platform. Minimum hardware and server requirements are listed on the attached document titled Intracomponents _Specsheet_Frameworks_Services_2022 . The VA Medical Centers will provide workstation PC s in the various logistics workflow areas (warehouse, Pharmacy etc.), on the VA network, for end user use of scanning items and printing item labels. The VA medical facilities will each provision access for the iOS mobile devicesAre the apple devices the only equipment that can be used for the scanning.Will our current scanners not work for this process? Yes (deployed via Apple DEP 555101) to connect to the VA WiFi network. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. Service agreements and license agreements will be maintained and purchased after initial one-year warranty is no longer effective. Risk Control Employees of contractor responsible for installation and setup will have background check completed or show proof of background check completed no longer than one (1) year ago, from date of award including fingerprint analysis. Contractor employees shall obtain VA badge and wear on their person above their waist and visible at all times. Contractor may be installing a supply storage and tracking system in an area under construction. Workers will need to be cognizant of staff movements, equipment and a plethora of activity during certain periods of the workday. Installation staff shall have no patient contact or access to sensitive patient information. Facility CORsAdd Facility CORs will be available for risk intervention should the need arise. Places of Performance Please reference attachment A Installation and setup to be completed no later than 180 days after contract award date. Base year: 09/01/2023 08/31/2024 Option Year 1: 09/01/2024 08/31/2025 Option Year 2: 09/01/2025 08/31/2026 Option Year: 3: 09/01/2026-08/31/2027 Option Year: 4: 09/01/2027-08/31/2028 These will need to be adjusted. The contracts can cross fiscal years. Base year would be 7/1/2022 6/30/2022 and so on. Delivery Schedule. Installation shall begin no later than 30 days after contract award date. Installation shall be phased by locations. Installation and setup to be completed no later than seventy 70 days after contract award date. Delivery Locations. 502 Alexandria 2495 Shreveport Highway Building 136 Pineville LA 71360 Antonio Baker 520 Biloxi (Gulf Coast) 400 Veterans Ave Building 26 Biloxi MS 39531 Ron Houghton 564 Fayetteville 1100 North College Avenue Building 8 Fayetteville AR 72703 William Fraine 580 Houston 2002 Holcombe Blvd Building 100-WHSE Houston TX 77030 Raul Manguacolon 586 Jackson 1500 E Woodrow Wilson Avenue Jackson MS 39216 Tracey Crawford 598 Little Rock 2200 Fort Roots Dr. Building 182 Little Rock AR 72114 Bryan Meadows 629 New Orleans 2400 Canal Street New Orleans LA 70119 Tim McGregor 667 Shreveport 510 East Stoner Ave Shreveport LA 71101 Edgar Bottom Definitions. -Acceptance Signature - COR or VA designee signature; indicates COR accepts work status as stated in SOW -Accountable Officer, Chief Supply Chain Officer - Supervisor or designee -CO - Contracting Officer -COR - Contracting Officer's Representative -OI&T Office of Information and Technology -MSDS Material Safety Data Sheet -VA Department of Veterans Affairs -VAMC Department of Veterans Affairs Medical Center -VISN Veterans Integrated Service Network -VistA Veterans Health Information Systems and Technology Architecture Warranty and Support. Warranty of the equipment will be provided for one year upon receipt and acceptance of the equipment. The Chief Logistics Officer or designee must sign off on acceptance before the warranty cycle begins. The warranty must be provided in the quote to cover all components of the package tracking equipment. Key Terms for warranty support: One year of warranty upon initial receipt and acceptance signature 30 min call back response during normal business hours of 7AM to 5PM PST 24 hours, 7 days a week on-site coverage availability 24 hours on-site response time 6 hours on-site response for disabled systems Service reports sent to all appropriate points of contact with quarterly aggregate reports Uptime commitment of 96% Testing. The contractor shall verify to OI&T and Warehouse that the system meets all requirements stated on this contract through demonstration and validation. Warranty period will start upon sign off and acceptance signature from COR and using services. Phasing. The contractor shall submit a phasing schedule in writing to the COR for approval two weeks prior to the start of any work. VISN 16 operates eight fully operational hospitals. The Contractor must schedule its work around VA operations and specifically for the convenience of the hospitals. Contractor must note work at times other than normal operating hours. Work Hours. Normal business hours are 7:30AM to 4:00PM Monday thru Friday, excluding Federal Holidays. Work completed outside this time must be requested through the COR. Requests for afterhours work must be submitted in writing to the COR two (2) weeks prior to work. The VA requires that information submitted must contain extent of work, workers involved, the affected areas, and the estimated times of operation. Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code _541519__________ is _34M___________ (employees or dollars). 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The VA VISN 16 is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 14:00 (CST), June 14, 2023 via email to reginald.clark@va.gov RFI responses are due by 14:00pm (CST), Wednesday, June 14, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to michelle.atwell@va.gov The subject line shall read: SCLogic. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Reggie Clark reginald.clark@va.gov Your response to this notice is greatly appreciated!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6997c78f766547bbba01da179b99a5f2/view)
- Place of Performance
- Address: Department of Veterans Affairs Multiple Location 4300 W 7th Street, Little Rock 72205, USA
- Zip Code: 72205
- Country: USA
- Zip Code: 72205
- Record
- SN06708208-F 20230609/230607230120 (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 |