DOCUMENT
D -- Patient Elopement & Wandering (PEW) System Base + 4 One Year Options - Attachment
- Notice Date
- 5/29/2018
- Notice Type
- Attachment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;1495 Wilmington Drive, Suite 360;DuPont WA 98327
- ZIP Code
- 98327
- Solicitation Number
- 36C26018Q9077
- Response Due
- 6/8/2018
- Archive Date
- 7/8/2018
- Point of Contact
- Lynn M. Williams
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of Veteran Affairs Healthcare System, is currently requesting information in order to determine the existence of viable commercial sources for a Patient Elopement and Wandering System, to include installation, maintenance and training which will enhance patient safety and improve efficiency by tracking the flow of people. The intended contract period of performance is for a base year with four (4) one-year option periods and is based on FAR 52.232-18 Availability of Funds. Description of Services: The contractor shall furnish all labor, transportation, parts, test equipment, tools, and expertise necessary to provide, install and implement a patient elopement and wandering (PEW) solution at VA facilities as designated by VA. The PEW solution will be deployed in iterative phases as designated by VA leading up to the full performance requirements as defined. VISN 20 sites at which the PEW solution will be deployed will be designated by VA. The Contractor shall provide hardware and software components and deliver training services. In addition, the Contractor shall conduct site assessments, perform wireless coverage site surveys (if required), update facility drawings, develop application documentation, and provide end-of-contract transition support. The PEW solution must be compatible with the VISN 20 asset tracking infrastructure and system, so that at a later date, solely at VA s option, the PEW and asset tracking system maybe integrated such that patient location can be provided in the PEW, even when tagged patients leave the PEW area(s) and are in other parts of the VA facility. Facilities at which the solution may be deployed are listed in Table 1. The solution may be deployed as a no cost option at the discretion of VA to other sites and their affiliate stations at a later date. Table 1: VISN 20 PEW Sites Station Address 531-VA Boise Medical Center 500 W. Fort Street Boise, ID 83702 648-VA Portland Medical Center 3710 SW US Veterans Hospital Road Portland, OR 97239-2999 648A-VA Portland Medical Center Vancouver Campus 1601 E Fourth Plain Blvd. Vancouver, WA 98661 653-VA Roseburg Health Care System 913 Garden Valley Boulevard Roseburg, OR 97470 663-VA Puget Sound Health Care System 1660 South Columbian Way Seattle, WA 98108-1597 663-VA Puget Sound Health Care System American Lake Division 9600 Veterans Drive Tacoma, WA 98493 668-VA Spokane Medical Center N. 4815 Assembly Street Spokane, WA 99205 The NAICS code assigned is: 541511 Custom Computer Programming Services and the small business size standard is $27.5 million. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the sources sought questionnaire below and email your response to lynn.williams6@va.gov no later than 2PM PDT on 08 JUNE 2018. Include any comments or questions you may have. Also provide your capability statements within your response. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 511210 Software Publishers; the small business size standard for this NAICS code is $38.5 million. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 4. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SeVANC/VAPSHCS/36C26018Q9077/listing.html)
- Document(s)
- Attachment
- File Name: 36C26018Q9077 36C26018Q9077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342274&FileName=36C26018Q9077-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342274&FileName=36C26018Q9077-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26018Q9077 36C26018Q9077.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4342274&FileName=36C26018Q9077-000.docx)
- Record
- SN04935998-W 20180531/180529230627-794e08daac789eaa344e141afec59991 (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 |