SOLICITATION NOTICE
D -- New Requirement BioPoint Support Minburn Technology Group Biloxi MS (VA-25-00004202) Justin
- Notice Date
- 8/7/2024 11:01:06 AM
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25625Q0002
- Response Due
- 8/9/2024 1:00:00 PM
- Archive Date
- 10/08/2024
- Point of Contact
- Justin Taylor, Contract Officer, Phone: (228) 229-9936
- E-Mail Address
-
Justin.Taylor5@va.gov
(Justin.Taylor5@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Page 1 of 3 NOTICE OF INTENT TO SOLE SOURCE Biopoint Patient Identification Barcoding Point of Care (BPOC) System The Veterans Health Affairs, Network Contracting Office 16, is issuing this Notice of Intent to Sole Source to identify any potential sources that have the resources and capabilities to provide Biopoint Patient Identification Barcoding Point of Care (BPOC) System as described below in the statement of work. The government is contemplating a Firm Fixed Price contract to satisfy this requirement and meet the needs of the patient population at the VA Medical Center, Biloxi, MS. Period of Performance is Date of Award thru 09-30-2028. 1. Contracting Officer s Representative (COR). . Michael W. Wood and Shantrell Graham 2. Contract Title: Biopoint Patient ID Software for the Department of Veteran Affairs (VA) Gulf Coast Veterans Health Care System (GCVHCS) located in Biloxi, MS. 3. Background: The purpose of this requirement is to provide maintenance and upgrade services on Biopoint Patient ID Software for the Department of Veteran Affairs (VA) Gulf Coast Veterans Health Care System (GCVHCS) located in Biloxi, MS. 4. Scope. Provide maintenance and upgrade services on Biopoint Patient ID Software for the Department of Veteran Affairs (VA) Gulf Coast Veterans Health Care System (GCVHCS) located in Biloxi, MS. The service provided shall be performed in such a manner as to assure the safety and welfare of patients, visitors and staff. The GCVHCS is located at 400 Veterans Avenue Biloxi, MS. 5. Specifications/Characteristics: Minimum technical specs must be provided to meet the requirements of the GCVHCC Contractor shall provide BioPoint Patient ID wristband software application version upgrades including new features and enhanced functionality, upgrade installation assistance, upgrade installation documentation, and telephone customer support from 0700-1900 CST. Upgrades including new features and enhanced functionality to include any enhancements to the lists and views, custom warnings, and reports. Software application will interface with VISTA. SCHEDULED MAINTENANCE (Routine Scheduled Maintenance): The Contractor is responsible for managing the following in accordance with manufacturer's specifications: APPLICATION ENVIRONMENT: To include but not limited to Application version upgrades including new features and enhanced functionality SYSTEM MANAGEMENT UTILITIES UPLOADING SOFTWARE UPDATES TELEPHONE SUPPORT UPGRADE OF INSTALLATION DOCUMENTATION OPERATIONAL UPTIME REQUIREMENTS: With the exclusion of internal network, server, or computer outages the BioPoint Software system shall be operable and available for use 95% of the normal operating hours of the equipment as detailed in paragraph c., HOURS OF COVERAGE. Downtime will be computed from notification of problem during normal work hours. Scheduled maintenance will be excluded from downtime. (Normal work hours for this contract are defined as follows: 0700 - 1900 CST, Monday through Friday, excluding Federal Recognized Holidays). Operational Uptime will be computed during a month-long period. Repeated failure to meet this requirement can subject the contractor to DEFAULT action. Downtime due to failure of VA to meet its responsibilities in system maintenance will not be counted. Hours of Coverage: Normal hours of coverage for this contract will be 0700 to 1900 CST, Monday through Friday excluding Federal Recognized Holidays. Federal Recognized Holidays are: New Years' Day, Martin Luther King Day, Presidents' Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, Christmas Day, and Holidays designated by Presidential Executive Order. UNSCHEDULED MAINTENANCE (Emergency Repair Service): Response Time: Contractor's FSE must respond with a phone call to the designee within four (4) hours after receipt of telephoned notification. This unscheduled maintenance may include both telephone support and software support. This includes applications support, making modifications of the system configuration, downloading patient image files, running remote diagnostics of the system hardware and network, and providing applications support with simultaneous telephone conversations. Parts: Not Applicable REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 48 (forty-eight) consecutive hours after discovery, notify the CO and designee (ln writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and designee with a written estimate of the cost to make necessary repairs. Software Support: The Contractor shall provide the VA with software upgrades and updates as released by the manufacturer. Updates shall include all modifications, corrections, and enhancements to software applications that the manufacturer makes available to its customers. Updates shall include mandatory updates (mandated by the manufacturer or to comply with changes in federal or state laws and regulations. 6. Delivery. Gulf Coast Veterans Health Care System Warehouse Bldg 26 400 Veterans Ave Biloxi MS 39531 Mon-Fri 7:00am- 3:30pm Responses must be submitted by 3:00 PM (CST) Friday, August 09, 2024. Responses to the information requested above may be submitted via email to Justin.Taylor5@va.gov. DISCLAIMERS This Notice of Intent to Sole Source does not constitute a solicitation. All information received in response to this notice that is marked proprietary will be handled accordingly in accordance with (IAW) 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. Responders are solely responsible for all expenses incurred associated with responding to this RFI. This Special Notice of Intent to Sole Source is for planning purposes ONLY. The results of this notice will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., small business set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted as a result of this notice
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/70d5989c1fb04a61a708964e6dddfdec/view)
- Record
- SN07159849-F 20240809/240807230115 (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 |