SOURCES SOUGHT
J -- Varian Eclipse Software Support and Maintenance- KCVAMC
- Notice Date
- 1/15/2025 8:34:53 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25525Q0104
- Response Due
- 1/20/2025 9:00:00 PM
- Archive Date
- 01/31/2025
- Point of Contact
- Tracie Raggs, Contracting Specialist, Phone: 913-946-1985
- E-Mail Address
-
tracie.raggs@va.gov
(tracie.raggs@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER 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. 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. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 811210 (size standard of $34 Million). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following,: Varian Eclipse software support and maintenance The Contractor shall provide full maintenance and support both remotely and on site, to include all hardware and software support and updates, labor, travel expenses, tools, test equipment and other incidentals necessary to maintain or restore the listed hardware and software to operating specifications which meet or exceed the manufacturer s specifications. The contractor will utilize new or like new parts that have been refurbished to OEM specifications. The Contractor is to provide refreshed hardware for the equipment under the List of Services. The contractor is responsible for replacing the workstations, re-installing and configuring Varian software, and testing the system. All services for this contract must meet manufacturers performance and technical specifications, Federal Regulations, FDA device certification and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), The Joint Commission on (TJC), and VA Regulations. Preventive maintenance inspections shall be performed in accordance with manufacturer s literature. Contractor will install operating system software updates provided by the Original Equipment Manufacturer (OEM) for Covered System. The contractor will provide both scheduled and unscheduled services to maintain hardware and software in a fully functional condition. The contractor will provide troubleshooting assistance by telephonic or remote diagnostics support twenty-four hours a day, seven days a week. The contractor will provide the Government with a toll-free, non-automated number for troubleshooting assistance. If the problem cannot be resolved telephonically or by remote diagnostics, the contractor s technical support center will dispatch the field service engineer (FSE) for on-site support, to be conducted during normal business hours (8am 5pm). List of Services The following services are to be provided: TPC005015600 RapidArc Planning Primary x 1 TPC005015610 Portal Dosimetry Package x 1 TPC005015612 Portal Dosimetry Dose Calculation Additi x 1 TPC005015603 Interactive IMRT Plannning x 5 TPC005015601 RapidArc Planning Additional x 4 TPC001001552 Eclipse Single Client Base x 1 TPC001091560 Eclipse Planner Desktop x 5 TPC001091561 Eclipse Advanced Planner Desktop x 1 TPC001091562 Eclipse Physicians Desktop x 1 TPC005015621 SmartSegmentation Knowledge Based Contou x 1 TPC005015622 Acuros External Beam x 1 TPC001081568 Non-Clinical Acuros External Beam x 1 TPC001081564 Non-Clinical Portal Dosimetry Package x 1 TPC001081560 Non-Clinical RapidArc Planning x 1 TPC001081567 Non-Clinical SmartSegmentation Knowledge Based Contouring x 1 Additionally, the following equipment refreshes are to be provided during the base year period of performance: Eclipse Calculation Workstation refresh x 5 Non-Calculation Workstation Refresh x 1 *All equipment and software is by Varian and is already owned. Only support and maintenance are needed The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. 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 company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above? If an authorized distributor must provide proof. If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Where is the product manufactured? Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, January 20, 2024, at 2300 CST. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4b16045288964939a1a59f14c1294820/view)
- Place of Performance
- Address: Kansas City VAMC 4801 Linwood Blvd, Kansas City 64128, USA
- Zip Code: 64128
- Country: USA
- Zip Code: 64128
- Record
- SN07314321-F 20250117/250115230107 (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 |