Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2024 SAM #8405
SOURCES SOUGHT

D -- Interactive Patient Care System (IPCS), VA, Tulsa, OK, Install Sept2025

Notice Date
11/29/2024 4:52:03 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
PKG666_CHIP-IN
 
Response Due
12/13/2024 11:00:00 AM
 
Archive Date
02/28/2025
 
Point of Contact
Monica Christopher
 
E-Mail Address
monica.christopher@va.gov
(monica.christopher@va.gov)
 
Description
SOURCES SOUGHT NOTICE Interactive Patient Care System (IPCS) in Tulsa, OK, install September 2025 NOTICE ID: PKG666_CHIP-IN NOTICE DESCRIPTION: Interactive Patient Care System Department of Veterans Affairs (VA) Eastern Oklahoma VA Healthcare System (EOVAHCS) This is a Sources Sought Notice only; a request for information (RFI). This is a request for vendor expressions of interest for market research purposes, in accordance with FAR Part 10. This is not a request for quote, and this is not a solicitation. This notice is posted by the Acquisition Utilization Specialist (AUS) at EOVAHCS. The Acquisition Utilization Specialist is not the Contract Specialist and does not represent the Contracting Office. This is not posted by the VA Contracting Office, and we are not warranted Contracting Officers and we have no authority to enter an agreement or contract. Vendor emails must include subject line as "" Interactive Patient Care System (IPCS)"", as a minimum. Be sure to include your vendor�s name and UEI number in the body of the email. Eastern Oklahoma VA Healthcare System is seeking vendors who have an interest and capability to provide Installation of Interactive Patient Care System (IPCS) to the Locations identified in this notice. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing its acquisition strategy and Performance Work Statement (PWS). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. Product information, brochures, part numbers, and/or other description information may be included with the submission. VA is under no obligation to provide feedback to the RFI respondent, or to contact the RFI respondent for clarification of any information submitted as part of the response. REQUIREMENT: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) Tulsa VA Medical Center (VAMC) has a brand name or equivalent requirement for the software acquisition of the GetWell Network (GWN) Interactive Patient Care System (IPCS). Detailed requirements are outlined in the Draft SOW, as an attachment in this Notice. BACKGROUND: A facility in Tulsa, Oklahoma, is currently being renovated for the purpose of being used as the new Tulsa VA Medical Center (VAMC) in September 2025. This will be part of the Eastern Oklahoma VA Health Care System (EOVAHCS). The facility is currently under control of VHiT LLC and their construction contractor who is remodeling the facility. There is no prior contract for this requirement at this location. PRODUCT DELIVERY and PERFORMANCE PERIOD: Delivery and installation is required at the new Tulsa VAMC in September 2025. Facility staff will need to be trained on product use between October and December 2025. First patient will be scheduled in January 2026. LOCATION: The new Tulsa VA Medical Center will be located at 440 S. Houston Ave, Tulsa, Oklahoma 74127. SPECIFICATION OVERVIEW: GWN IPCS is a patient care system that provides information to patients about their condition, medication, care plan, and educational resources during their hospital stay, allowing patients the opportunity to become involved in their care plan. This product has a two-way integration with VA's Electronic Health Record System, Veterans Information Systems and Technology Architecture (VistA) Computerized Patient Record System (CPRS), as well as meal-ordering integration through Computrition, which is a food service software solution that will be used in Tulsa VAMC. This implementation will include furnishing hardware (to include TVs, their mounts and peripherals, and networking infrastructure), the provision of software licenses, the acquisitioning maintenance of a discrete internet service for the IPCS to run on, and the provision of helpdesk and system maintenance support (including hardware and software maintenance). Cloud-based solutions will be required due to space limitations. Remote maintenance/repair is required. The implementation of this system will include establishing the GWN IPCS at one VA site, Tulsa VA Medical Center (VAMC). Specifically, the GWN IPCS implementation effort will entail installing 59 bed-units, and all public and staff facing entertainment televisions (including all software and hardware components) at the Tulsa VAMC. Additionally, in the Option Period, if exercised, the Contractor shall provide GWN IPCS Pathway Edition software renewal, helpdesk, and system maintenance support which includes hardware and software maintenance (updates, patches, rebooting, and troubleshooting), as needed for the Tulsa VAMC. The Contractor shall furnish all contract oversight, management, Technically Trained Personnel, OEM authorizations to support provision and installation of OEM products, applicable licenses, uniforms, equipment, tools, materials, supplies, storage, insurances, shipping and delivery costs, and transportations necessary to provide the products, and associated installation, for EOVAHCS in accordance with the SOW. Any services associated with this product are considered non-personal services. The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the SOW and shall be considered employees of the Contractor. QUALIFIED VENDOR: The Vendor shall be a qualified company to perform such services with capability to provide all personnel, supervision, equipment and other services deemed necessary to perform all work as defined in the description of services herein. A qualified vendor is one who has provided same or equal products and performed services in the immediate past 3 years that are similar in size, scope and complexity to those outlined in the SOW. A qualified vendor will also have no obstacles with delivery timeframes. A qualified vendor will also have no obstacles with obtaining authorizations for cloud-based products and services implemented in the US Federal environment, namely Department of Veterans Affairs. A qualified vendor will also have non-IT products that have no obstacles or issues with regards to complying with the Buy American Act and/or Trade Agreements Act. RFI Submission Instructions: VA requests a clear, concise, and complete response to this RFI. Page Limit: FIVE pages. The Government will not review any other information or attachments included, that are more than the 5-page limit. The Government will not review generic marketing materials that do not address the information contained herein or the attached documents. Responses and questions must be addressed by emailing monica.christopher@va.gov. Vendors must reference the Sources Sought Notice ID and Notice Description in all communication and on the subject line of the response: �Interactive Patient Care System PKG666_CHIP-IN�. Communication or responses that do not address the Notice ID and Notice Description in the subject line may be lost in email traffic. In your reply, please address the following questions and provide answers and responses as part of your 5-page RFI submission. Company Name and POC Details (representatives name, title, phone, email, address). Company UEI number. It is anticipated that NAICS code 541519 Other Computer Related Services will apply to this procurement. To determine a business as small, the SBA has capped the size standard for this NAICS code at $34,000,000 annual revenue. What size is your company as it relates to the SBA size standard for NAICS 541519? Socioeconomic data: If a small business, what type of small business are you? Are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? If you company is small, what is the expiration date of your SBA socioeconomic size? Explain briefly your company�s capability to provide the entire range of requirements. Specifically, please provide a brief summary of your technical approach to meet the requirements specified in the Draft SOW. List your Company Qualifications. Does your company sell / distribute / install the products listed in this notice? Circle all the apply to your company: sell / distribute / install. If you are an authorized distributer and/or authorized installer, please provide signed documentation (letter) demonstrating that you are authorized by the manufacturer to distribute and/or install their product. State if you would be the (circle all that apply): We would be the Primary Contractor providing products. We would be the Primary Contractor installing products. Our Subcontractor would be providing products. Our Subcontractor would be installing products. List your company�s Recent Experience of Similar Size, Scope and Complexity to what is described in the notice. This can be US Federal contracted experience or experience providing products and performing services in the commercial sector. If listing your subcontractor�s experience, be sure to state this. State if your company is able to comply with the following for non-IT products. Nonmanufacturer Rule per 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii). What is the country of origin for the non-IT products you would be selling? Trade Agreements per FAR provision 52.225-5 and FAR clause 52.225-6. List details of how your non-IT products meet the Trade Agreements Act. List any Schedules held and include contract number, expiration date, etc. Example: General Services Administration (GSA), Government-Wide Acquisition Contracts (GWAC) held on the National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP) V, or any other schedule not mentioned in this paragraph. DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may email the sender of this RFI. Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://department.va.gov/about/ AND https://department.va.gov/icare/ (38 C.F.R.Part 0) 2023 Live Recorded Event: VA's Mission to Serve All Who Served - SecVA WIMSA Event - March 16, 2023 (bcvp0rtal.com) To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp To become a CVE-verified VOSB or SDVOSB visit https://vetbiz.va.gov/
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c889ae3853014bf48dfbbec9e00ffe11/view)
 
Place of Performance
Address: Tulsa, OK 74127, USA
Zip Code: 74127
Country: USA
 
Record
SN07278171-F 20241201/241129230103 (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.