Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 29, 2014 FBO #4722
DOCUMENT

D -- MOSAIQ - SOFTWARE UPGRADE, TRAINING & ANNUAL MAINTENANCE - Attachment

Notice Date
10/27/2014
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
 
ZIP Code
33637
 
Solicitation Number
VA24815N0132
 
Response Due
10/30/2014
 
Archive Date
11/29/2014
 
Point of Contact
MARIA C. ORTIZ
 
E-Mail Address
ORTIZ-VELEZ@VA.GOV<br
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT VA248-15-N-0132 James A. Haley Department of Veterans Affairs Medical Center Tampa, FL MOSAIQ - Software Upgrade, Training, & Maintenance Agreement The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 8), James A. Haley Veterans Hospital, Tampa, FL is currently seeking information from firms, Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, Hub zone, 8(A), Woman Owned Small Business OR Small Business with the ability to provide these following services and requirements listed below: Statement of Work (SOW) A. GENERAL GUIDANCE 1.Title of Project: Mosaiq Software Upgrade, Training and Maintenance Agreement 2.Scope of Work: The contractor shall provide all resources (labor, tools, equipment, and software) necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. The vendor shall provide Maintenance Agreement for Mosaiq System is Radiation Oncology's electronic Record and Verify System program, to include Phone support and Software upgrades and 4 days of training. 3.Background: The Mosaiq System is Radiation Oncology's electronic Record and Verify System. Radiation Oncology does not use CPRS. In addition to the record and verify system, Mosiaq creates plans for patients radiation treatment and also delivers the dose of radiation to the patients. Upgrade to be compatible with the computers operating system (Planned Windows 7) & compatible with future planned acquisitions (Truebeam, Rapid Arc, & Cyber Knife). 4.Performance Period: The performance period of this contract is base year and four option period. 5.Type of Contract: Firm Fixed Price. The Contractor will provide an annual maintenance agreement for the Mosaiq System which is Radiation Oncology's electronic Record and Verify System. Service includes unlimited phone support during regular business hours including consultations relating to changes in treatment planning systems and network setup and installation assistance. Contractor shall provide 24/7 web support through restricted access web site accessible only to new licensees and other who subscribe for Extended Maintenance and Support services and Software updates for all modules and features licensed before or during the Extended Maintenance Period and new versions thereof which are released during such period. Contractor shall provide Varian Rapid Arc for VMAT with Eclipse Treatment Planning, Connectivity to OBI/cone-beam image generation system, connectivity to image generation system. Per IGRT equipped machine includes import of MV, kV or volumetric images, On-site installation & testing to switch from one installed product model to another (done on-site) and on-site training. Training duration shall be completed within 4 business days and is conducted during regular working hours. Contractor employees will check in with the Dr. James Pearlman upon arrival and will perform the duties between 8AM and 4:30PM. If services fall on a Federal Holiday, the Contractor will make arrangements with the daily Primary or Alternate points of contact to perform the services on an alternate day of the week. National Holidays, observed by the Federal Government are: "New Year's Day "Martin Luther King's Birthday "President's Day "Memorial Day "Independence Day "Labor Day "Columbus Day "Veteran's Day "Thanksgiving Day "Christmas Day The VA shall not provide service manuals or service diagnostic software to the Contractor. The Contractor shall obtain, have on file, and make available to its Field Service Engineers (FSEs), all operational and technical documentation (e.g., operational and service manuals, schematics, and parts lists) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the Contracting Officer (CO) upon request. Any charges for parts, manuals, tools, or software required to successfully complete any service required are included within this contract and it's agreed upon price unless specifically stated in writing otherwise. All removable media materials (laptop, DVD/CD, USB drive, etc.) will need to be scanned on site with approved anti-virus by OI&T or Biomedical staff and approved for use prior to the start of any work. B. CHANGES TO STATEMENT OF WORK 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. C. GOVERNMENT RESPONSIBILITIES The government will make the equipment available in accordance with the established schedule for the work. D. CONTRACTOR EXPERIENCE REQUIREMENTS Each respondent must have an established business, with an office and full time staff to include a "fully qualified" Software engineer (SE) and a "fully qualified" Software engineer who will serve as backup. "Fully qualified" is based upon training and on experience in the field. For training, the SE(s) has successfully completed a formalized training program of the equipment identified. For field experience, the (SE) has a minimum of two years' experience with respect to scheduled and unscheduled preventive and remedial maintenance of Radiation Calculation software. The (SE) shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "fully qualified" competent (SE). The Contractor shall provide written assurance to the competency of their personnel and a list of credentials of approved (SE) for each Software Version in use at the VA. The Contracting Officer (CO) may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any VA equipment. The CO and/or Contracting Officer's Representative (COR) specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VA equipment. E. CONTRACT AWARD MEETING The contractor shall commence work only when the Contracting Officer (CO) has conducted a "kick-off" meeting, or has elected to waive the meeting. A meeting will need to take place prior to the remote access of the software to ensure that a smooth transition occurs with the upgraded version of Mosaiq. This meeting will include: Staff from Elekta, Varian, ISO (Tampa), IT (Tampa) and the Service. This meeting will determine the date and time of the remote access, the testing of the system, the migration of patient records, training etc. All aspects of work details will be discussed so there is a consistent understanding among all parties. Special Requirements: All work shall be performed by fully qualified personnel. Employees must be aware that work is in a hospital environment and courtesy must be extended to patients and visitors. Work shall be coordinated to minimize impact to hospital operations. Interested individuals shall provide a capability statement, to include complete address, phone & email address of contact. All vendors shall be registered in System Award Management (SAM) to be considered for any contract award. Please include in the Subject Line of the email: MOSAIQ - Software Upgrade, Training, & Maintenance Agreement. Email address is as follows, Maria.Ortiz-Velez@va.gov. Please do not call or leave voice messages. All emails from interested parties must be received by 3PM, October 30, 2014. This sources sought notice is for market research information and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24815N0132/listing.html)
 
Document(s)
Attachment
 
File Name: VA248-15-N-0132 VA248-15-N-0132.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1699079&FileName=VA248-15-N-0132-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1699079&FileName=VA248-15-N-0132-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPT. OF VETERAN AFFAIRS;JAMES A. HALEY VAMC;13000 BRUCE B. DOWNS, BLVD;TAMPA, FL
Zip Code: 33612
 
Record
SN03559260-W 20141029/141027235554-7e20c929fc8edcde12a2a06e817534bb (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.