DOCUMENT
D -- Radio & Paging Maintenance VISN 15 VAMC - Attachment
- Notice Date
- 7/28/2017
- Notice Type
- Attachment
- NAICS
- 811213
— Communication Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Service Area Office, Central Region 10F;708 South Third Street;Suite 108E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA25517Q0616
- Response Due
- 8/2/2017
- Archive Date
- 9/1/2017
- Point of Contact
- Julie Willie
- E-Mail Address
-
Julieann.Willie@va.gov
(Julieann.Willie@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Page 1 of 2 SOURCES SOUGHT ANNOUNCEMENT: The SAO Central Contracting Office, 708 S. Third Street, Suite 108E, Minneapolis MN 55415, is conducting a market survey to identify potential sources to provide maintenance and repair services to all VISN 15 Heartland Network facilities radio paging systems (RPS) maintenance and follow-on services for all VISN 15 Heartland Network facilities listed: Marion Veterans Affairs Medical Center (VAMC) 2401 West Main Marion, IL 62959, Dwight David Eisenhower (DDE) Veterans Affairs Medical Center (VAMC), 4101 S 4th Street, Leavenworth, KS 66048, Colmery O Neil Veterans Affairs Medical Centers (VAMC) 2200 SW Gage Blvd Topeka, KS 66622, Robert J. Dole Veterans Affairs Medical Center (VAMC) 5500 East Kellogg Avenue Wichita, KS 67218, Jefferson Barracks Veterans Affairs Medical Centers (VAMC) 1 Jefferson Barracks Drive St Louis, MO 63125, John Cochran Veterans Affairs Medical Center (VAMC) 915 N Grand St Louis, MO 63106, John J. Pershing Veterans Affairs Medical Center (VAMC) 1500 N. Westwood Blvd Poplar Bluff Mo 63901, Harry S. Truman Veterans Affairs Medical Centers (VAMC) 800 Hospital Drive Columbia, MO 65201. Kansas City Veterans Affairs Medical Center (VAMC) 4801 Linwood Blvd Kansas City Mo 64128, Evansville VA Health Care Center 6211 E. Waterford BLVD Evansville, IN 47715. This announcement is issued for informational planning purposes only and is not a request for proposal or announcement of a solicitation. Submitting information for this announcement is voluntary and VA assumes no responsibility for any costs incurred associated with the preparation of responses submitted because of this notice. If a solicitation is issued it will be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. The purpose of this market research is to identify capable sources that are both experienced and qualified to provide maintenance and repair services on RComm Model PT2020 Radio Paging Terminal. VISN 15 paging systems is custom manufactured and utilize IWA Technical Services proprietary patented R-COMM Systems software. The RComm Model PT2020 Radio Paging Terminal is a Hardware/Software integrated system that allows the end users to input specific information into the paging system, with the expectation that the desired recipient user wearing the radio pager will be alerted to that page in a very expeditious manner. In a hospital environment, the elapsed time from when a page is initiated until the pager devise is activated must be competed in under 20 seconds. It lends itself to allow anywhere from 1 to hundreds of pagers to be alerted in under 20 seconds. The current version of the PT2020 software is 5.0.3.1. The software is protected by an END USER LICENSE AGREEMENT (EULA). The hardware circuitry is not patentable, but the proprietary software and software/hardware drivers keeps others from being able to copy the code used in this system. This combination of software and hardware produce the necessary information to be transmitted from the originating party to the receiving party in a very reliable manner. There is also an option available that allows the data to be encoded and scrambled such that it cannot be intercepted by parties not having the added decryption hardware/software key in place. The entire hardware / software combination is from RComm Systems. RComm systems has chosen to keep the internal working details as proprietary to keep the possibility of a data security breach to be out of reach of others. This, coupled with the very tight VA security system, has allowed the RComm system to have never been involved with any breach of the VA sensitive data from being exposed to others outside of the VA Network. All systems are programmed and configured specifically for each site. This equipment was designed to integrate with other systems used by the VA within VISN15, including nurse call systems, boiler and freezer alarms, panic alarms; and other special features that include low visibility handicapped veteran operator s interfaces, special Code Blue trunks, and tracing of the origin of pages within the VA network. Another feature of the RComm System is the database at one site can be remotely stored and updated at another VA facility in the same VISN. The below items are not available in a standard paging system and will be needed to support and develop unique software as needed by the VA hospital system: a special web page for the VA to allow employment of visually-handicapped veterans. designed voice prompted Code Blue systems to allow VA hospitals without a 24-hour call system in a critical situation. use the caller ID of a telephone station to initiate a page based on the location of the calling party with a specialized message per location. protocol to monitor boiler alarms at some facilities. software to handle the panic alarms at some VA hospitals that are not industry standard formats. Maintenance and repair services are established for seven (7) day per week, 24 hour per day contact center for reporting and providing follow-on status for emergency maintenance, routine maintenance and follow-on service. All services must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. The North American Industry Classification System Code (NAICS) is 811213 and the small business size standard is $11 Million for this type of effort. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Capabilities Statement and Documentation: Firms/Companies are invited to provide their capabilities, experience and knowledge in providing these Services. Sources are asked to provide information to demonstrate their answers to the following items: Company name, address, website, business type, socio-economic status (e.g., SDVOSB, Veteran-Owned, Woman-Owned, Disadvantaged Small Business, 8(a), general small business, large etc.), and person of contact (including telephone number & email address). Indicate and explain your capability of providing this service including maintaining any required certifications and or additional licensing. Provide a summary of the staffing plan, supervision, materials and equipment that will be used and any relevant licensing. Please indicate your company's size under NAICS Code 811213. Provide an executed Business Associate Agreement with the Veterans Administration or be able to obtain one. In addition to a Capability Statement which includes the above information, submissions can include brochures, diagrams, etc. as attachments. Proof of capability to have the correct certification/license to perform the maintenance eon the aforementioned system is required. Information regarding your firm's capacity and capability to provide such services are to be submitted electronically on or before Thursday, 08/02/2017 prior to 1:00 pm (CST) addressed to Julie Willie, Contracting Officer: Julieann.Willie@va.gov. Subject Line to include VISN 15 Heartland Network facilities radio paging systems (RPS) maintenance
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4ec0027a53728354b5a3abb23d036370)
- Document(s)
- Attachment
- File Name: VA255-17-Q-0616 VA255-17-Q-0616.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3697337&FileName=VA255-17-Q-0616-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3697337&FileName=VA255-17-Q-0616-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA255-17-Q-0616 VA255-17-Q-0616.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3697337&FileName=VA255-17-Q-0616-000.docx)
- Place of Performance
- Address: VISN 15 VAMC locations Listed below
- Zip Code: 55415
- Zip Code: 55415
- Record
- SN04602480-W 20170730/170728231622-4ec0027a53728354b5a3abb23d036370 (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 |