SOLICITATION NOTICE
J -- VISN 1 RTLS Managed Services Contract
- Notice Date
- 11/13/2023 4:45:21 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541513
— Computer Facilities Management Services
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24124Q0093
- Response Due
- 11/22/2023 7:00:00 AM
- Archive Date
- 01/21/2024
- Point of Contact
- Fred Revah, Contracting Specialist, Phone: 207-623-8411
- E-Mail Address
-
frederic.revah1@va.gov
(frederic.revah1@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis-Solicitation for Commercial Products and Commercial Services Effective Date: 03/15/2023 Revision: 01 Description This is a combined synopsis/solicitation for commercial products and commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06. This solicitation is set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 541513 with a small business size standard of $37.0M The FSC/PSC is J065 The New England VA Healthcare System, VISN 1 is seeking to purchase a Real Time Location System (RTLS) Managed Services Agreement. All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Management Services (Batteries, Configuration, Installation, Deinstallation, Training) Field Service Technician 4 SV 0002 Analytics as a Service (hourly) SV 0003 Mobilization Fee - local support <50 miles 4 SV 0004 Mobilization Fee - out of state support SV 0005 Solution Service Hours (blocks of 10) 10 SV 0006 Helpdesk Triage Support (hourly) 250 HR 0007 Lithium D Cell Battery (TAD) (10 Pack) 40 EA 0008 Micro Tag Battery CR 2032 (25 Pack) 20 EA 0009 MM Asset Tag / Extended Life Asset Tag / Temp Tag Battery ER14250E (1/2 AA) (10 Pack) 500 EA The Contractor shall monitor battery status of Centrak hardware and change batteries per the OEM guidance as needed to keep the systems running smoothly. The Contractor shall help to commission and decommission tag hardware as needed for end users which includes the physical deployment or removal as well as the configurations in the systems as well. The Contractor shall help to train end users on system basics. In addition, the Contractor shall provide a single point of contact (Implementation Manager) to oversee the overall managed service work and contract for the VISN. VISN 1 is looking for a contractor to provide battery replacement services in Centrak hardware at the VISN facilities listed in section 2 of this document. The Contractor must be able to monitor battery levels of all sites infrastructure and tags as seen in the Centrak Pulse application and must be able to determine when those batteries need to be changed. The Contractor must be able to pull a list of devices that require batteries to be replaced and be able to review the government provided RTLS hardware design documents to locate such devices. The Contractor will need to access to Centrak Pulse, Infor RTLS, Prism, Hand Hygiene Compliance, and Patient Wandering applications to obtain necessary information to complete the job. For the battery management efforts, the Contractor shall replace batteries in hardware listed in the Less than 30 days and Offline indicators as priority. It is expected that the Contractor has at least a 90% success rate during the base year of battery maintenance. After the base year, it is expected that the Contractor has at least a 95% success rate in battery maintenance. The success rate is based off equipment numbers that are still reporting in the Centrak Pulse system. For example, 90% success = 90 batteries changed / 100 total eligible batteries to be changed. These rates are inclusive of for Less than 30 Day devices and excludes offline batteries. Offline batteries will be held at least a 70% success rate in battery maintenance. This success rate shall be reported out at the end of each visit and the reviewed with the COR quarterly so that the contractor can remain on target for the year. The contractor should be available for spot maintenance and/or repairs if necessary for all hardware. The contractor is required to be onsite for Environmental monitoring and Patient Elopement and Wandering maintenance needs within one (1) business day of the request being provided to the help desk. If necessary, the Contractor shall work with the OEM and VAMC staff to troubleshoot to get Centrak tags and infrastructure back online after battery changes. The Contractor should be available to commission and decommission tags as requested from end users. This would include activating and deactivating and configuring them with the systems. This also includes deploying or removing from the appropriate item/area asset, fridge, freezer, room, or staff. If modification is needed to install the contractor should consult with the VHA team and COR for appropriate actions. The Contractor is required to inform the site how many batteries is needed no less than 1 month before planning on site work so that the batteries may be procured. The VA is not required to procure batteries off this contract if the site already has a stock. The VA site will ensure batteries will be onsite for the contractor to complete the work based on the numbers provided. As part of this work, the VA will provide the contractor: Access to Centrak Pulse application to pull devices that fall into a low or offline battery status. Access to all RTLS applications to pull reports and location associated to the device list from Centrak Pulse Centrak Facility Design Documents to review location of installed infrastructure. Appropriate supply of batteries onsite for the work to be completed. Supply of Centrak infrastructure tag hardware for swap outs when needed to remedy broken or dead hardware. At the end of each week, the Contractor will provide a daily output of what work was done and what was replaced. If issues arise, a daily report is requested for timely remediation. The Contractor must have experience working in a hospital environment and must follow all policies while in patient care areas. The Contractor is not to interrupt patient care while performing duties. It is encouraged to complete duties during normal business hours (as defined as 8am to 3pm eastern standard time), but daily schedules will be determined by the local sites and can be scheduled around patient care. The Contractor shall bring their own equipment, (e.g. carts/ladders/tools/laptop/tagging application) to perform work, as the government will not be providing equipment. Some infrastructure is mounted on walls and ceilings of greater than ten feet high. The Contractor shall be Centrak trained and reseller to be able to maintain a high quality of work. A. Deliverable: Battery Replacement Workbook, Due: weekly during on-site visit The contract period of performance is: Base Year: 01/01/2024 - 12/31/2024 Option Yr 1: 01/01/2025 - 12/31/2025 Option Yr 2: 01/01/2026 - 12/31/2026 Option Yr 3: 01/01/2026 - 12/31/2026 Option Yr 4: 01/01/2027 - 12/31/2027 Place of Performance/Place of Delivery: VA Maine Healthcare System (1 VA Center Augusta, ME 04330) White River Junction VA Medical Center (215 North Main Street White River Junction, VT 05009) Bedford VA Medical Center (200 Springs Road Bedford, MA 01730) VA Boston Healthcare System Jamaica Plain Campus (150 South Huntington Ave Jamaica Plain, MA 01230) West Roxbury Campus (1400 VFW Parkway West Roxbury, MA 02132) Brockton Campus (940 Belmont Street Brockton, MA 02301) Manchester VA Medical Center (718 Smyth Road Manchester, NH 03104) Providence VA Medical Center (830 Chalkstone Ave Providence, RI 02908) VA Connecticut Healthcare System West Haven Campus (950 Campbell Ave West Haven, CT 06516) Newington Campus (555 Willard Ave Newington, CT 06111) VA Central Western Massachusetts (421 North Main Street Leeds, MA 01053) The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services (NOV 2023) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (NOV 2023) The following subparagraphs of FAR 52.212-5 are applicable: 52.219-6, 52.219-28, 52.219-32, 52.219-6, 52.222-26, 52.222-50, 52.223-18, 52.225-1, 52.225-13, 52.232-33 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) All quoters shall submit the following: Quote All quotes shall be sent to the Contract Specialist, Frederic.revah1@va.gov Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. Options are Applicable The following are the decision factors: Price, Past Performance The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS North American Industry Classification System (NAICS) code and small business size standard are stated in the combined synopsis/solicitation. Submission of quotations. Submit quotations to the office specified in this solicitation at or before the exact time specified in this solicitation. Quotations may be submitted on letterhead stationery, or as otherwise specified in the solicitation. As a minimum, quotations must show- The solicitation number; The time specified in the solicitation for receipt of quotations; The name, address, and telephone number of the quoter; A technical description of the items being quoted in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; Terms of any express warranty; Price and any discount terms; Remit to address, if different than mailing address; A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the quoter shall complete electronically); Acknowledgment of Solicitation Amendments; Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and If the quotation is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quotations that fail to furnish required representations or information or reject the terms and conditions of the solicitation may be excluded from consideration. Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers unless another time period is specified in an addendum to the solicitation. Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of quotations. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender s request and expense, unless they are destroyed during testing. Multiple quotations. Quoters are encouraged to submit multiple quotations presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each quotation submitted will be evaluated separately. Late submissions Quoters are responsible for submitting quotations so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that quotations are due. Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before purchase order issuance and the Contracting Officer determines that accepting the late quotation would not unduly delay the acquisition. If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of quotations will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. Issuance of purchase order. Quotations should contain the quoter s best technical and price terms. The Contracting Officer may reject any or all quotations. The Contracting Officer may issue a purchase order to other than the quoter with the lowest priced quotation. After the evaluation of quotations, the Contracting Officer may negotiate final terms with one or more quoters of the Government s choice before issuing any purchase order. The Contracting Officer will not negotiate with any quoters other than those of the Government s choice and will not use the formal source selection procedures described in FAR part 15. Multiple purchase orders. The Government may issue a purchase order for any item or group of items of a quotation, unless the quoter qualifies the quotation by specific limitations. Unless otherwise provided in the Schedule, quotations may not be submitted for quantities less than those specified. The Government reserves the right to issue a purchase order for a quantity less than the quantity quoted, at the unit prices quoted, unless the quoter specifies otherwise in the quotation. Availability of requirements documents cited in the solicitation. (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to- GSA Federal Supply Service Specifications Section Suite 8100 470 East L Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978 If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites: ASSIST (https://assist.dla.mil/online/start/). Quick Search (http://quicksearch.dla.mil/). ASSISTdocs.com (http://assistdocs.com). Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- Using the ASSIST Shopping Wizard (https://assist.dla.mil/wizard/index.cfm); Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or Ordering from DoDSSP, Building 4, Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697-2667/2179, Facsimile (215) 697-1462. Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. Data Universal Numbering System (DUNS) Number. (Applies to all quotations exceeding the Micro-Purchase Threshold (MPT), and quotations of MPT or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) The quoter shall enter, in the block with its name and address on the cover page of its quotation, the annotation DUNS or DUNS+4 followed by the DUNS or DUNS+4 number that identifies the quoter s name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the quoter to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the quoter does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A quoter within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://fedgov.dnb.com/webform. A quoter located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. The quoter should indicate that it is a quoter for a Government contract when contacting the local Dun and Bradstreet office. [Reserved]. Requests for information. The contracting officer will not notify unsuccessful quoters that responded to this solicitation. Quoters may request information on purchase order(s) resulting from this solicitation from the contracting officer. (End of Provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 11/22/2023 at 10:00 EST. Submission of quotes to: Fred Revah Frederic.revah1@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact: Fred Revah Frederic.revah1@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/574027b9b9eb42cdb122249ac4409044/view)
- Place of Performance
- Address: Department of Veterans Affairs All VA medical centers located throughout VISN 1 See Performance Work Statement below for the complete list of addresses
- Record
- SN06883133-F 20231115/231113230038 (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 |