SPECIAL NOTICE
70 -- GI/CATH LABORATORY TRACKING BOARD VA BIRMINGHAM MEDICAL CENTER
- Notice Date
- 3/12/2024 11:35:02 AM
- Notice Type
- Special Notice
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- 247-NETWORK CONTRACT OFFICE 7 (36C247) AUGUSTA GA 30904 USA
- ZIP Code
- 30904
- Solicitation Number
- 36C24724Q0451
- Response Due
- 3/18/2024 7:00:00 AM
- Archive Date
- 04/17/2024
- Point of Contact
- Joseph Locke, Contracting Officer, Phone: 803-776-4000 x7814
- E-Mail Address
-
joseph.locke@va.gov
(joseph.locke@va.gov)
- Awardee
- null
- Description
- ***INTENT TO SOLE SOURCE NOTICE-*** Estimated Date of Award: March 28, 2024, with Effective Date: July 1, 2024 Synopsis: The Department of Veterans Affairs, Network Contracting Office 7 located in Columbia, SC intends to issue a new sole source firm fixed priced contract, (draft) 36C24724P0526 to Healthcare Control System, Inc. (HCS), a Small Business Manufacturer located in Austin, Texas, 78735. This action is for a new base plus 4 option year successor contract to replace contract number 36C24719C0114. 36C24719C0114: From a high-level view, contract 36C24719C0114 was established as a base plus four option year contract with a period of performance of July 1, 2019, through June 30, 2024. Contract, 36C24719C0114 provides a Minute-by-Minute Coordination System for management of gastrointestinal catheterization procedures. The system helps the GI department coordinate with other departments, manage caseloads, and effectively manage staff so they can harness their focus on caring for Veteran patients. VA247-15-C-0343: The HCS hardware (HCS WORKFLOW CONTROL System) was originally purchased under VA contract number VA247-15-C-0343. Contract VA247-15-C-0343 specified the Birmingham VA Medical Center (BVAMC) would be responsible for supporting and maintaining all hardware in good working order for the term of each license. The BVAMC facility determined to forego a hardware refresh as all equipment purchased under contract VA247-15-C-0343 remains in solid working order. 36C24724P0526: The new contract, currently established as draft contract number 36C24724P0526 references a projected award date of March 28, 2024, with a firm effective date of July 1, 2024 to establish continuity of services for contract number 36C24719C0114 which will lapse on June 30, 2024. Contract number 36C24724P0526 is for the purchase of the annual license and extended hardware warranty and will include the following at no additional cost to the Government. Installation and re-installation (as needed) of the HCS WORKFLOW CONTROL System software as required. Assistance to Birmingham VA Medical Center (BVAMC staff supporting servers, workstations and touch screen monitors if/when HCS WORKFLOW CONTROL System software issues arise during day-to-day direct patient care to the Veteran. On-call software support available Monday thru Friday, 8 AM to 5 PM EST, excluding all recognized Federal Holidays. Remote support via site-to-site VPN access to application server. HCS WORKFLOW CONTROL System software version upgrades. Failure to establish (draft) contract 36C24724P0526 will result in loss of continuity of services to the Veterans seeking care at the BVAMC, thus impeding direct patient care. This procurement is being conducted in accordance with FAR 13.106-1(b) (1)(ii), Soliciting from a Single Source; a Limited Source Justification (LSJ) has been prepared to clearly document that HCS is the sole Small Business Manufacturer for the HCS Workflow System equipment in the United States. The language in the LSJ mirrors the language in this notice of intent document. Although HCS currently utilizes one (1) Service-Disabled Veteran Owned Small Business (SDVOSB) for initial equipment purchases of the HCS Workflow System, no opportunities exist for this SDVOSB or for any other SDVOSB as HCS is the sole source Small Business Manufacturer for the HCS Software component. No re-seller or third-party distributor is authorized to provide the HCS Software component. Therefore, no opportunities exist for any SDVOSB, Veteran Owned Small Business (VOSB) or any other Small Business category to compete for (draft) contract 36C24724P0526 to purchase the annual licensing fee and extended equipment warranty. The NAICS code utilized for this procurement is 511210 Software Publishers with a Small Business Size Standard of $41.5 Million. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the Contracting Officer whether to continue with the sole source procurement or to provide for competition. Such responses MUST be received no later than March 18, 2024 at 10AM EST. Responses may be sent by e-mail to Contracting Officer, Joseph Locke. Responses received will be forwarded and will be evaluated by the Nursing and Patient Care Supervisor; however, the determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Furthermore, the Department of Veterans Affairs, NCO 7 will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued for this requirement. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award. Interested parties are encouraged to furnish information by email only with Response to Intent to Sole Source for HCS in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed to Contracting Officer, Joseph Locke by email at joseph.locke@va.gov. The capability documentation submitted should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7e79c693b8a541718e7cf47d117eebe4/view)
- Record
- SN06993490-F 20240314/240312230047 (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 |