Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 03, 2012 FBO #3905
DOCUMENT

U -- Milner Fenwick Consumer Health Videos - Attachment

Notice Date
8/1/2012
 
Notice Type
Attachment
 
NAICS
512199 — Other Motion Picture and Video Industries
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70112I0347
 
Response Due
8/8/2012
 
Archive Date
11/15/2012
 
Point of Contact
Nicholas Sparks
 
E-Mail Address
as.Sparks@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
Milner Fenwick Patient Education HealthClips Video Library Office of Information and Analytics Request for Information: VA701-12-I- 0347 August 1, 2012 I. Introduction: This is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The VA is currently conducting market research to locate qualified, experienced and interested potential sources. Responses will not be considered as proposals, nor will any award be incurred by interested parties in responding to this sources sought announcement. The Veterans Health Administration (VHA) is seeking interested sources (contractors) for a near-future solicitation and procurement for project and program management services to support Milner Fenwick Patient Education HealthClips Video Library. At this time, no solicitation exists. Therefore, DO NOT REQUEST A COPY OF THE SOLICITATION. II. Background: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires a collection of authoritative patient education material in streaming video format for viewing at the bedside, in public areas, such as waiting rooms over closed circuit TV (CCTV). VHA's goal is to ensure uniform availability of resources and services. A national purchase of the HealthClips Video Library will afford any Veteran at any VA medical center equal access to the same information. For the purpose of this solicitation, the HealthClips Video Library's subject emphasis will be broad, covering many health topics, and must include licensing for broadcast of material over CCTV. III. Requirements: Objectives: The desired goals of the nationwide provision of a collection of authoritative patient education DVDs are as follows: Providing access nationwide to Veterans at any medical center to standard knowledge based patient education information resources creating an enterprise wide availability of patient education. Initiating a nationwide, centralized purchase to capitalize on the economies of scale offered by vendors. Negotiating one license/contract to decrease the current contracting and reviewing efforts that are required at the facility and/or VISN level and thereby avoid the costs and workload associated with multiple procurements. Making the HealthClips Library available for use by VA patient educators when working with Veterans via CCTV. Scope of Work: The vendor will provide for 153 facilities, the following: An annual license to the complete Milner-Fenwick HealthClips Video Library that includes: "436 video clips currently available in English "70 video clips currently available in Spanish "All updates and all new releases in English and Spanish released during the term of the license will be provided to the VA system free of charge "Transcripts for each video clip "Branding with national VAMC logo "Closed captioning "License for broadcast rights for use via CCTV "Provision of clips in the CCTV file format required by any location IV. Submittal Information: Responses will assist in determining the acquisition strategy used for this procurement. For example, if enough responsible and capable -Disabled Veteran Owned Small Businesses (SDVOSBs) respond, the acquisition strategy will most likely be a SDVOSB set-aside; therefore, interested vendors who are responsible and capable of performing the work are strongly encouraged to respond by the date specified. At this time no acquisition strategy has been decided. The following Information is requested in response to this RFI: Please include: Company Name, Company Address, Point of Contact, Telephone Number, e-mail Address. Companies should provide clear and unambiguous evidence to substantiate their capability to fulfill these requirements. A.Experience 1.Please provide no more than five (5) contracts that your company has performed within the last three (3) years that are of comparable complexity and scope for each domain requirement for which your company is responding: a.Describe your Self-Performed* effort (as either a Prime or Sub-Contractor). b.Please be specific and provide a complete reference to include at a minimum the project name (and the government contract number, if applicable), contract award amount, start and completion dates, and the project owners' contact information. c.Additionally, please provide the Contract Type: Firm Fixed-Price, Time and Material, etc. *Self-Performed means work performed by the company themselves, NOT work performed by another company for them for any of the project examples provided. 2.A narrative case study that describes the details of each project and why it is relevant to this requirement, including difficulties and successes. 3.A table listing all companies involved in the relevant project(s), including the technical expertise and percentage of work that each company provided. B. Capabilities / Qualifications 1.A written response providing clear and unambiguous evidence to substantiate the capacity to fulfill this requirement. 2.Company business size and socioeconomic status (i.e., Large Business, Small Business, Service-Disabled Veteran Owned Small Business, Women-Owned Small Business,) the number of years in business, affiliate information: parent company, joint venture partners, potential teaming partners. a.Specify any teaming arrangements and how those arrangements will impact the structure of services their company can provide including technical expertise provided by each company. Please specify the percentage of work the each company will perform. 3.If the company holds a Federal Supply Schedule (FSS) Contract, list the GSA Contract Number and relevant Special Item Numbers (SINS) applicable to this requirement. This notice does not restrict the Government to an ultimate acquisition approach. All firms responding to this sources sought notice are advised that their response is not a request that will be considered for contract award. All interested parties will be required to respond to the resultant solicitation separately from their response to this sources sought notice. The Point of Contact (POC) for this RFI is: Nicholas Sparks Contract Specialist VHA Program Contract Activity Central 6150 Oak Tree Boulevard Suite 300 Independence, OH 44131 Please submit electronic responses (via email) to Nicholas Sparks at Nicholas.Sparks@va.gov no later than 1:00 PM EDT on Wednesday, August 8, 2012. Disclaimer This notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice that is marked as proprietary will be handled accordingly. In accordance with 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. End Document
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70112I0347/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-12-I-0347 VA701-12-I-0347.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=422424&FileName=VA701-12-I-0347-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=422424&FileName=VA701-12-I-0347-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02823698-W 20120803/120802000620-7352dfdf7fc3f31fb032c6c28d02502a (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.