SOURCES SOUGHT
U--U -- CCTV Video Training System
- Notice Date
- 8/18/2005
- Notice Type
- Sources Sought
- Contracting Office
- Attn: James A. Haley Department of Veterans Affairs Medical Center, Chief, Acquisition and Materiel Management Service, (90C), 13000 Bruce B. Downs Boulevard, Tampa, Florida 33612
- ZIP Code
- 33612
- Solicitation Number
- 673-158-05
- Response Due
- 8/28/2005
- Archive Date
- 9/27/2005
- Small Business Set-Aside
- Total Small Business
- Description
- The James A. Haley Veterans? Hospital, Tampa Florida intends to negotiate a sole source contract with SVI Systems Inc. to provide and install the HealthLine video on-demand system that provides on-demand delivery of service to all television outlets at the facility. This procurement is being conducted in accordance with FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The NAICS Code is 517510 and the Small Business Size standard is $12.5 million. Contractor shall provide a video on-demand system that provides on-demand delivery service to all television outlets at the facility. This system must have the capacity to store a minimum of 144 hours of digitized video and the ability for an expanded storage capacity. The system must have the ability to deliver the video through the existing CCTV network. Satellite systems are not acceptable. The system must support a minimum of 12 channels for simultaneous use, including a bulletin board channel to all televisions on the cable system. It will have an interface to the existing PBX. The user interface is through CCTV and a telephone (via PBX) to reply to screen and voice prompts. In addition to videos being requested on-demand by the end user, the system must have a scheduler and continuous-play feature for pre-determined start times of videos. The system must have the ability to create reports (for example, a report of usage by program title for specified dates, etc.). The output of these reports should be to a fax machine, local printer, and/or electronic storage. The system must have the ability to conduct satisfaction surveys and testing (including post-test function to measure retention) using the user interface. The surveys will be developed by the VA and the contractor, and the contractor will place these on the system at no additional cost. The results of these surveys and tests are available the same way the reports are available. The system has the ability to print to a TCP/IP network printer, and a networkable laser printer is included. The reports must have the option to print automatically or on-demand. Reports are to contain the following information: what video was viewed, when it was viewed and who viewed it, type of user, and any quiz or survey results. A minimum of 20 educational digitized videos must be provided by the contractor. The proposal shall include a list and description of the videos offered. The videos must be approved by the VA prior to installation. The videos shall have unlimited usage and not be subject to any additional charges or usage fees. All videos must be copyrighted and the VA must be given explicit permission to use these videos. The proposal must include digitizing VA-owned videos and installing them on the system up to the capacity of the system. The proposal must include, in addition to the initial digitizing of VA-owned videos, a digital backup copy of the entire video library and an additional 25 hours of video encoding per year for 5 years. The proposal must include 60 months of 24/7 technical support and help desk support. It must also include 60 months of maintenance, service, and software upgrades. All installation costs shall be included, all installation tasks are provided with testing of all equipment, and the installation must be a complete turnkey solution. The system must include an uninterrupted power supply (UPS). The system must have the ability to interface with the hospital?s local area network (LAN) and must have a proven, working interface to provide documentation through the hospital?s computer network that can be accepted by the VA?s Computerized Patient Record System (CPRS/VISTA). The system must also have a proven, working interface with the VA?s TEMPO record system for documentation of staff on-demand educational activity. Training of all appropriate VA staff must be provided. Any associated travel costs and per diem expenses shall be included. To the best of our knowledge, SVI Systems, Inc is the only firm able to meet the requirements of this procurement. This notice is not a request for competitive quotes; however, any firm that believes it can meet the requirements, including GSA sources, may give written notification to the Contracting Officer within ten days from the date of posting of this synopsis. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the above requirement. Information shall be sent to David Chittenden, Contracting Officer, email david.chittenden@med.va.gov, ph. (813) 972-7589, fax (813) 903-4838. Responses will be examined, however a determination by the VA to compete the proposed procurement based upon responses to this notice is solely within the discretion of the VA. If no responses are received the VA will proceed with the sole source negotiation with SVI Systems Inc. RFQ # 673-158-05. Numbered Note 22 applies.
- Place of Performance
- Address: 13000 Bruce B. Downs Blvd., Tampa, FL
- Zip Code: 33612
- Country: United States
- Zip Code: 33612
- Record
- SN00873606-W 20050820/050818212141 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |