Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SOURCES SOUGHT

70 -- AMX Data Innovation

Notice Date
8/27/2024 6:59:07 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25725Q0015
 
Response Due
9/3/2024 8:00:00 AM
 
Archive Date
11/02/2024
 
Point of Contact
Susan Flores, Contract Specialist, Phone: 1-210-694-6379
 
E-Mail Address
Susan.flores2@va.gov
(Susan.flores2@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued only for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW 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 associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought synopsis only. This synopsis aims to gain knowledge of potential qualified sources and their size classification relative to NAICS 541519 (size standard of $34M). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this source sought synopsis, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 17 Network Contracting Office, is seeking sources that can provide Data Innovations and Instrument Manager for the VA Multiple location in Texas see SOW. Healthcare System. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include the company name, address, point of contact, and size of business pursuant to the following questions: (1) Is your business a: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or a distributor of the items being researched above? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; or modify; the items requested in any way? (5) If you do, state how and what is altered; assembled; or modified. (6) Does your company have FSS GSA/NASA SEWP/NAC or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NASA SEWP/NAC or federal contract holder, are the items you are providing information for available on your schedule/contract? (8) Please submit your capabilities in regard to the Statement of Work (SOW) being provided and any information pertaining to equal to items to establish capabilities for planning purposes. *** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items"" meet all the salient characteristics mentioned in the SOW. (9) If parts for maintenance is needed, are the items domestic end products (manufactured in the United States)? As stated in FAR 52.225-1 Buy American SUPPLIES. Responses to this notice shall be submitted via email to susan.flores2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 9 AM CST. September 3, 2024. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this source sought. Responses to this source s sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C25725Q0015. ULITIPLE LOCATONS VA HEALTH CARE SYSTEM PATHOLOGY AND LABORATORY MEDICINE SERVICE STATEMENT OF WORK GENERAL INFORMATION 1. Title of Project: Data Innovations and Instrument Manager 2. Scope of Work: The contractor shall provide continued support and assistance for software for Data Innovations (DI), Instrument Manager, Evaluator that is currently used at the Multiple location VA Health Care System Pathology and Laboratory Medicine Service (P&LMS) see locations below. This support will include providing continuous interface support for Data Innovations and Instrument Manager which is used to electronically transmit results to the patient s CPRS medical record. 3. Background: This will be for the continuation of contract 36C25719A0036-1 / 36C25724N0052 which ran from 10/1/2019 through 9/30/24 and is due to expire. We now seek a new contract for licensing and support. The Data Innovations and Instrument Manager is used to interface the analyzers results to the VistA system, ensuring that the test results are entered accurately and decreasing the possibility of human error in manually entering lab results. Evaluator Professional Version is additional software program, which is a program to produce statistical graphs, comparison studies, linearity studies, and other required documents per accreditation guidelines. 4. Performance Period: Contract shall have a base with one (1) four (4) year option to be exercised at the discretion of the Government. The period of performance shall reflect as follows: Base Year - October 1,2024 September 30, 2025 Option Year 1 - October 1, 2025 September 30, 2026 Option Year 2- October 1, 2026 September 30, 2027 Option Year 3- October 1, 2027 September 30, 2028 Option Year 4- October 1, 2028 September 30, 2029 5. Type of Contract: This is a Firm-Fixed Price Contract 6. Location of Performance / Installation El Paso VA Health Care System Pathology & Laboratory Medicine Service/113 5001 N Piedras Street El Paso, TX 79930 b. Amarillo VA Health Care System 6010 Amarillo Boulevard West Amarillo, TX 79106-1991 c. West Texas VA Health Care System 300 Veterans Blvd. Big Spring, TX 79720-5566 d. VA Texas Valley Coastal Bend Health Care System 2601 Veterans Drive Harlingen, Tx 78550-8942 GENERAL REQUIREMENTS Vendor shall provide software support (elite tier) and licenses renewal for Laboratory Instrument Manager System License # 345781. Description of support is as follows: IM License # 345781: Instrument manager Base Software with High Availability (CS-MAS-IM-B07) Support of IM Interface Connection with High Availability (IM-CX-07-MAINT) End User software connection with HA/DR (IM EU-08-MAS) Open Data exchange connection with HA/DR (IM-ODBC-07-MAS) Lab Intelligence (VA-IM-IN-01-MAINT) Moving averages-Moving medians (IM-MA-02-MAINT.VA) Manual Results entry (IM-MRE-01-MAINT-V9) Peer and Daily QC integration for Bio Rad Unity Real Time (IM-QC-BI-MAINT-V9) Specimen routing (IM-RT-01-Maint) Specimen Management (IM-SM-01-MAINT_1) Sample archival (IM-SR-O1-Maint) EP Evaluator support (ED-EE-S-NET-ADD) C. CHANGES TO STATEMENT OF WORK 1. Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor. D. BILLING AND INVOICING Monthly billing and test report summaries shall begin on the first day of the month and include the last day of the month. VA-FSC shall require the following information in compliance with the Prompt Pay Act and Business Requirements. Your Taxpayer ID number (TIN) Your Remit Address information The VA Purchase Order (PO) number Your contact information: (Personal name, Email, and Phone) Your VA Point of contact information (Personal name, Email, and Phone) The Period of Performance dates (POP Beginning and Ending) on the invoices All discount information if applicable (Percent and Date Terms) Product description used with pricing per unit. No freight charges to be added to the invoice. Department of Veterans Affairs Financial Service Center: Phone:1-877-353-9791 Email: vafscched@va.gov AVAHCS shall not be responsible for payment of services and or supplies which were not requested Accordance with the contract. AVAHCS will NOT pay for tests that are not clearly identified by product number on the invoice. Invoices are to be separate for Amarillo and Lubbock laboratories, but the usage of the same PO number is acceptable for billing purposes. Invoices will be electronically submitted to the Tungsten website: Tungsten direct vendor support number is 877-489-6135 for VA contracts. All invoices submitted through Tungsten to VA-FSC should mirror your current submission of Invoice. E. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: a. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. b. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. c. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. Government Inherent Functions: a. Contractor shall not perform inherently governmental functions. This includes, but is not limited to, determination of agency policy, determination of Federal program priorities for budget requests, direction, and control of government employees, selection, or non-selection of individuals for Federal Government employment including the interviewing of individuals for employment, approval of position descriptions and performance standards for Federal employees, approving any contractual documents, approval of Federal licensing actions and inspections, and/or determination of budget policy, guidance, and strategy. General Duties, Requirements, and Expectations: a. Be professionally competent to handle required duties. b. Work with staff to ensure safety measures are in place and documented. c. Services provided under the terms of this contract are required to be in compliance with the American Association of Blood Banks (AABB), College of American Pathologists (CAP), and The Joint Commission (TJC) accreditation policies and all applicable Federal, State and Government laws required by the Veteran s Healthcare System. d. NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. The C&A requirements do not apply. A Security Accreditation Package is not required. A Security Accreditation Package is not required currently. Information Systems Officer, Information Protection:   a. The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the government while conducting services. b. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody.  5. VHA Privacy Awareness Pursuant to the Veteran Health Administration (VHA) Privacy principles and practices, Contractors shall comply with VA s privacy, policies, and legal requirements found in this link: https://www.va.gov/privacy-policy/ The contractor must contact the education program manager at 915-564-6100 ext. 7600 and will be required to take the following Records and Privacy Training to meet the Health Insurance Portability and Accountability Act (HIPAA), Privacy Rule as determined by VHA, and the VA s Privacy Training Monitoring SOP: a.VA 10176 VA Privacy and Information Security Awareness Training and Rules of Behavior b. VA 3873736- Basic Record Management. c.VA 10203 Privacy and HIPAA Focused Training d.VA 3185966 VHA Mandatory Training for Trainees e.VA 3192008 VHA Mandatory Training for Trainees Refresher 6. NARA Records Management Language for Contracts 6.1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.  6.2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.  6.3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created while performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.  6.4. El Paso Veteran Affairs Health Care System (EPVAHCS) and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of EPVAHCS or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to EPVAHCS. The agency must report promptly to NARA in accordance with 36 CFR 1230. 6.5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records, or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to EPVAHCS control, or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6.6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and EPVAHCS guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 6.7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with EPVAHCS policy.  6.8. The Contractor shall not create or maintain any records containing any non-public EPVAHCS information that are not specifically tied to or authorized by the contract.  6.9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.  6.10. The EPVAHCS owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which EPVAHCS shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 6.11.  Training.  All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #10176, Privacy and Information Security, Rules of Behavior. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training.  . .
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fca570e1b0ff485893230feb0f602f0e/view)
 
Place of Performance
Address: Mulitiple Locations See SOW, TX 78229, USA
Zip Code: 78229
Country: USA
 
Record
SN07188870-F 20240829/240827230132 (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.