Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 28, 2023 SAM #8005
SOLICITATION NOTICE

65 -- Tele-sitter monitoring system 36C25624Q0125 667-24-1-133-0003

Notice Date
10/26/2023 10:21:00 AM
 
Notice Type
Presolicitation
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624Q0125
 
Response Due
10/31/2023 8:00:00 AM
 
Archive Date
11/10/2023
 
Point of Contact
Mari Gibson, Contracting Specialist, Phone: 318-466-2236
 
E-Mail Address
mari.gibson@va.gov
(mari.gibson@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: TeleSitter monitoring system, 36C25624Q0125, 667 0003 2. Purpose: The Network Contracting Office (NCO) 16, located at Galleria Financial Center, 5075 Westheimer Rd, Ste 750, Houston, TX 77030, hereby issues the following Sources Sought Notice RFI with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for the item in the title above. Contractor shall provide all applicable shipping, containers, personnel, labor and testing for the TeleSitter and associated materials. This Sources Sought Notice is published for market research purposes. This Sources Sought Notice will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price contract. Please review this announcement, respond to questions and information below. Government requests interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide and deliver : TeleSitter monitoring system 4. Place of Performance: Delivery Location and delivery address Overton Brooks VAMC 510 E Stoner Avenue Shreveport, LA 71101-4295 5. Responses Requested: The NCO 16 requires all the following information and questions answered 5a through 5q in this RFI/SS as it relates to the SOW below: Questions and information not provided shall be considered nonresponsive and contractor shall not be considered as part of the market research. a. Do you (contractor) possess the capability to meet the government requirements of Section 4 Scope of the Draft SOW? b. Do you (contractor) possess the capability to meet the delivery location in Section 1 Address in the Draft SOW ? c. Contractors shall provide their point(s) of contact name, address, telephone number, and email address, and the company's business size, and SAM Unique Entity Identification Number. d. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. All companies shall be active at the time of response in betaSAM.gov https://sam.gov/content/home and if applicable Vendor Information Pages (VIP) https://www.vetbiz.va.gov/. e. Is your company considered small under the NAICS code 334290? f. Do you (Contractor) manufacture the product or is a distributor of the item(s) being researched above? g. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). Preferably on the manufacturer s letterhead. h. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? i. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? j. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. k. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. l. Information for the product being requested, is it manufactured in the US, please provide address where manufactured? m. Information for the product being requested, is it manufactured outside the US-Domestic non-available, please provide country of origin. n. Information for the product being requested, is it a foreign manufactured product under the trade agreement? o. What is your schedule of delivery after receipt of order for the product? p. For the product required, Is your company available under any: Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If yes, please list the contract number for product. q. Contractors shall provide an estimated industry pricing for products for market research and budgetary purpose. This pricing should include: Company name, contact person s name, phone number, company Unique Entity ID number (UEI) formerly DUNS number and email address. Country of origin where item is manufactured. Delivery schedule (estimate). 6. Opportunity: The NCO 16, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the NCO 16 in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by October 31, 2023, at 10:00 am (CST) via email to mari.gibson@va.gov. All Questions shall be submitted no later than October 30, 2023, at 10:00 am (CST) via email to mari.gibson@va.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: TeleSitter - 36C25624Q0125, 667-0003 NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(q). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by NCO 16 as ""market research"" and will not be released outside of the NCO 16 Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Mari Gibson, Email address: mari.gibson@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements. DRAFT STATEMENT OF WORK (SOW) as of October 25, 2023 Contract Number: To be determined (TBD) Task Order Number: NA IFCAP Tracking Number: 667-24-1-133-0003 Follow-on to Contract and Task Order Number: Not Applicable 1. Contracting Officer s Representative (COR). Name: Nora Brown Section: Nursing Service Address: Overton Brooks VA Medical Center 510 East Stoner Ave, Shreveport, LA 71101 Phone Number: 318-990-4968 Fax Number: N/A E-Mail Address: Nora.Brown2@va.gov 2. Contract Title. TeleSitter monitoring system, 667-24-1-133-0003 3. Background. The Overton Brooks VA Medical Center (OBVAMC) currently has 4 wired AvaSure Telesitter mobile units. The OBVAMC needs to procure AvaSure Software and AvaNET Support Agreement Gold for monitoring. 4. Scope. The intent of this procurement is for the Overton Brooks VA Medical Center (OBVAMC) to procure AvaSure Software Renewal and AvaNET Support Agreement Gold. The service will continue to use software version 1.1.x.x. 5. Specific Tasks. The contractor shall provide the following requirements: AvaSure Software Base Year & 3 Option Years Licensed per hardware device ORNA reporting tool Pre-recorded announcements in 30 languages Clinical program materials eLearning Modules AvaNET Support Agreement Gold (1) one year 6. Performance Monitoring. For the length of the agreement. 7. Security Requirements. The certification and accreditation (C&A) requirements do not apply, and a security accreditation package is not required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE/GFI is needed or required for this contract. 9. Other Pertinent Information or Special Considerations. None at this time. a. Identification of Possible Follow-on Work. N/A b. Identification of Potential Conflicts of Interest (COI). N/A c. Identification of Non-Disclosure Requirements. N/A d. Packaging, Packing and Shipping Instructions. N/A e. Inspection and Acceptance Criteria. Once the equipment is received, it will need to be tagged by Supply Chain Management and inspected by Bio-Med. The Nursing Service HSS and CO need to be notified of receipt and delivery so acceptance can be completed. 10. Risk Control. N/A 11. Place of Performance. The equipment will be used on the inpatient units at the Overton Brooks VA Medical Center, 510 East Stoner Avenue, Shreveport, LA, 71101-4295. 12. Period of Performance. The equipment is to be procured and delivered in FY24 (by December 1, 2023). 13. Delivery Schedule. TBD.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0ee216a800344aacb372f788639a9016/view)
 
Place of Performance
Address: Overton Brooks VA Medical Center 510 East Stoner Avenue, Shreveport, LA 71101-4295, USA
Zip Code: 71101-4295
Country: USA
 
Record
SN06869349-F 20231028/231026230054 (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.