Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOURCES SOUGHT

D -- Enterprise Wide Speech Recognition (EWSR) SaaS, New TO (VA-24-00010834)

Notice Date
2/28/2024 5:48:23 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0216
 
Response Due
3/13/2024 9:00:00 AM
 
Archive Date
05/12/2024
 
Point of Contact
Laura Startek, Contract Specialist, Phone: 848-377-5089
 
E-Mail Address
Laura.Startek@va.gov
(Laura.Startek@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs (VA) Office of Information &Technology Health Information Governance Request for Information (RFI) Introduction This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to identify qualified vendors, who are able to meet Department of Veterans Affairs (VA) requirements for Enterprise-Wide Speech Recognition (EWSR) Software as a Service (SaaS). Any contract/order that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry best practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions will become Government property and will not be returned. Interested vendors are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. Generic capability statements or marketing materials will not be accepted or reviewed. RFI Response Instructions NOTE: The capability package must be clear, concise, and complete. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. Provide the following information: Provide Company Information: Company Name Unique Entity Identifier Number (UEI) under which the company is registered in SAM Company Address Point of contact name Telephone number Email address Company Business Size and Status. For more information refer to http://www.sba.gov/. If SDVOSB/VOSB, is your business verified in the VetBiz VetCert database (https://veterans.certify.sba.gov) For small business concerns, indicate whether at least 50 percent of the total amount paid by the Government will be paid to firms that are similarly situated. List any existing contracting vehicles you currently maintain that cover the intended scope of work Other applicable NAICS code(s) operating under: Brief summary describing your company s technical approach to meeting the requirements, to include; 1. Provide responses to the following questions: Please provide your product roadmap detailing future functional enhancements for the next 3 years. Provide summary of future technical enhancements. Does your product incorporate any artificial intelligence or machine learning specially as it may pertain to automation in the healthcare domain. List of features that support AI or machine learning capabilities. Provide direct experience deploying AI solutions in a production environment. How did these solutions impact the organization? Does your product have any out of the box integrations to other applications and/or systems available?  Is there any capability for custom integrations available? List any integrations or other applications. Identify specific custom integrations applicable to healthcare environment. 2. Please identify if your solution can meet the following requirements: Meets VA s PIV-compliance and Single Sign On integration (SSOi) requirements as specified in PWS section 5.2.2. Currently Section 508 compliant. FedRAMP compliance: Is the proposed solution FedRAMP Authorized (See Appendix A)? Is the proposed solution FedRAMP Authorized but not VA FedRAMP Authorized (See Appendix A)? Is the proposed solution FedRAMP Authorized and VA FedRAMP Authorized (See Appendix A)? Is a sample pricing schedule available (See Appendix A)? FISMA compliant as specified in PWS section 5.2.4. Be interoperable with the VA network. Integrates with VistA CPRS. Integrates with VA Electronic Health Record Modernization (EHRM) (Oracle Health). Works across all work flow instances: to include all: virtual, desktop, mobile app. Works with Administrative Virtual Desktop (AVD) and Clinical Virtual Desktop. Ability to transcribe voice recording with playback function. Shall deploy the proposed solution in a FedRAMP authorized facility on a FedRAMP authorized computing environment. Shall guarantee the proposed solution, including all functionality and content, has a 99.5% uptime. Responses to this RFI shall be submitted electronically by 12:00 PM Eastern Standard Time, March 13, 2024 via email the Technology Acquisition Center (TAC) point of contact Contract Specialist, Laura Startek, Laura.Startek@va.gov. Please note Response to RFI Enterprise Wide Speech Recognition Software as a Service in the subject line of your response. Q&A cut-off date: 12:00 PM Eastern Standard Time, March 5, 2024. WARNING: Please do not wait until the last minute to submit your responses! To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time. Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission. All responsible sources may submit a response in accordance with the following: All proprietary/company confidential material shall be clearly marked on every page that contains such. No more than 10 pages (excluding transmittal page). Responses should be submitted in Microsoft Word format with Times New Roman font, 12 pt. minimum that addresses the above information. Interested parties should limit marketing material in order to allow sufficient space for adequately, directly, and substantively responding with the information of most interest to the Government. See attached: Draft Performance Work Statement - Enterprise-Wide Speech Recognition VA will not be able to grant any extensions to this RFI. Appendix A: SaaS Contract Language and Price Schedule
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/be2658916891456689a9522f2db1a32e/view)
 
Record
SN06980390-F 20240301/240228230100 (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.