Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
DOCUMENT

D -- SUBSCRIPTION SERVICE FOR CHECK-IN KIOSKS FOR FOR THE NORTH TEXAS HEALTH CARE SYSTEM - Attachment

Notice Date
9/6/2018
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office NCO 17;NCO 17 Network Contracting Activity;124 E. HWY 67;Duncanville, TX 75137
 
ZIP Code
75137
 
Solicitation Number
36C25719Q0009
 
Response Due
9/13/2018
 
Archive Date
10/13/2018
 
Point of Contact
Matthew G. Clements
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 511210 and the size standard is $38.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project Requirements: The contractor shall provide maintenance and service for all 5 Check-in Kiosks located in; 5th Floor-Surgical Operations; Basement- Logistics; 1st Floor- Info Desk; Warehouse; and Medical Inventory Desktop- Ft Worth. See the Statement of Work for full details. Anticipated period of performance: Base plus four (4) one-year options. Base: October 1, 2018 - September 30, 2019 Option Year One: October 1, 2019 - September 30, 2020 Option Year Two: October 1, 2020 - September 30, 2021 Option Year Three: October 1, 2021 - September 30, 2022 Option Year Four: October 1, 2022 - September 30, 2023 Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Statement of work. The firm must include all certifications, qualifications, and training certificates from DYNATOUCH CORPORATION to perform work on the outlined equipment. In addition, the firm must provide correspondence on company letterhead from DYNATOUCH CORPORATION. that states they are a vendor authorized to perform services on DYNATOUCH equipment; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc.) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Matthew.clements2@va.gov with the subject line "Sources Sought, 36C25719Q0009, SUBSCRIPTION SERVICE FOR CHECK-IN KIOSKS /your company name" by 8:00 A.M. CST on September 13, 2018. Disclaimer and Important Notes. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). STATEMENT OF WORK GENERAL: The Dallas VA North Texas Healthcare System (VANTHCS) currently has a requirement for a contractor to provide the full maintenance and service for 5 Check-in Kiosk located in different locations inside the North Texas Veteran Health Care System. REQUIREMENTS: The contractor shall provide maintenance and service for all 5 Check-in Kiosks located in; 5th Floor-Surgical Operations; Basement- Logistics; 1st Floor- Info Desk; Warehouse; and Medical Inventory Desktop- Ft Worth The contractor shall provide Subscriptions & Ongoing Support Services- Delivery Requirements to include: Live Help Desk Support (Mon-Fri, 7am-7pm TIPS Kiosk Management Software Maintenance/Assurance/Upgrades TIPS Cloud Kiosk Administration Portal Kiosk Hardware Support Other Services The contractor shall use Global Trade Identification Number (GTIN) as product identifiers (HIBCC Codes or ISBT 128 are acceptable alternatives) for labels on all packaging sizes down to the unit of measure, as they become available from manufacturers of medical and surgical suppliers. The contractor assumes all liability risks for work performed under this contract and must assume total liability for all contract employees. CONTRACT EMPLOYEES ARE NOT EMPLOYEES OF THE VA. EQUIPMENT: Equipment: Check-in Kiosks MFG:  DYNATOUCH MODEL:  C3 SN: 801I2908 LOC:  5B703-2J-D (5TH floor, Dallas) Equipment: Check-in Kiosks MFG:  DYNATOUCH MODEL:  C3 SN: 801I2909 LOC: (Basement,Dallas) Equipment: Check-in Kiosks MFG:  DYNATOUCH MODEL:  C3 SN: 801I2910 LOC: (1ST Floor, Dallas) Equipment: Check-in Kiosks MFG:  DYNATOUCH MODEL:  C3 SN: 801I2911 LOC: (Bonham CBOC) Equipment: Check-in Kiosks MFG:  DYNATOUCH MODEL:  C3 SN: 801I2912 LOC: 1N801-FW2-FW (Ft Worth CBOC) PLACE(s) OF PERFORMANCE: Dallas VA Medical Center, North Texas Veteran Health Care System, 4500 S Lancaster Rd, Dallas, TX 75216. Fort Worth VA Outpatient Clinic, 2201 SE Loop 820, Fort Worth, TX 76119 PERIOD OF PERFORMANCE: Base plus four (4) one-year option renewals. Base: October 1, 2018 - September 30, 2019 Option Year One: October 1, 2019 - September 30, 2020 Option Year Two: October 1, 2020 - September 30, 2021 Option Year Three: October 1, 2021 - September 30, 2022 Option Year Four: October 1, 2022 - September 30, 2023 POINT(s) OF CONTACT: A Contracting Officer Representative (COR) will be designated to this contract and will handle the schedule for each ordering facility. The COR is responsible for local contract administration issues such as ordering and providing specific delivery instructions. A letter of delegation that outlines the COR s specific responsibilities will be provided to the contractor and COR at the time of contract award. Within 15 days after notification of contract award, the contractor shall meet with the COR to ensure mutual understanding of facility requirements relating to the ordering method and specific details of any delivery instructions that are included in the solicitation schedule. If agreement cannot be reached between the contractor and COR regarding any issue, the matter shall be referred to the Contracting Officer for resolution. HOURS: The following is a list of U.S. Government holidays. If the holiday falls on a Saturday, the proceeding Friday is observed as the holiday; if the holiday falls on a Sunday, the following Monday is observed as the holiday and any other day specifically declared by the President of the United States to be a national holiday. HOLIDAY DATE: New Year s Day Jan 1 Martin Luther King s Birthday 3rd Monday in Jan President s Day 3rd Monday in Feb Memorial Day Last Monday in May Independence Day July 4 Labor Day 1st Monday in Sep Columbus Day 2nd Monday in Oct Veterans Day Nov 11 Thanksgiving Day 4th Thursday in November Christmas Day December 25 GOVERNMENT BADGES: The Contracting Officer Representative (COR) or VAMC Representative will coordinate the issuance of required access badges to Contractor personnel. Contractor personnel shall wear laminated identification badges provided by the Government always when performing. Badges shall be worn on the outer garment, attached to the outer shirt or jacket pocket by a button or clip or worn around the neck secured by an appropriate identification card lanyard. Government issued identification badge remains the property of the Government and shall be returned to the issuing office or other designated Government personnel upon transfer of Contractor employees from the contract. CONTRACTOR BADGES (NOT APPLICABLE): All Contractor personnel attending meetings, answering Government telephones, and working in other situations where their Contractor status is not obvious to third parties are required to identify themselves as such to avoid creating an impression in the minds of members of the public or Congress that they are Government officials. They must also ensure that all documents or reports produced by Contractor personnel are suitably marked as Contractor products or that Contractor participation is appropriately disclosed. SAFETY/SECURITY REQUIREMENTS: The Contractor shall comply with all applicable federal, state and local laws and ensure performance is secure while protecting material, equipment, and actor supplies from damage and loss. Government security personnel shall have the express right to inspect for security violations at any time during the term of the contract. All information generated in performance of this contract becomes property of the Government and must be surrendered upon request and/or completion of the contract. The Contractor must protect against the destruction and/or misplacement of all information produced under this contract, unless directed under local policy to destroy. This includes both hard and soft copies of data. The Contractor shall not release any information (including photographs, files, public announcements, statements, denials, or confirmations) on any part of the subject matter of this contract or any phase of any program hereunder without the prior written approval of the COR. CONDUCT OF PERSONNEL: Contractor personnel shall conduct themselves in a professional manner (i.e. timeliness, communication; spoken and written etc.). The Contracting Officer may require the Contractor to remove from the job site any employee working under this contract for reasons of suspected misconduct, a suspected security breach, or suspected to be under the influence of alcohol, drugs, or any other incapacitating agent. Contractor employees shall be subject to dismissal from the premises upon determination by the Contracting Officer that such action is necessary in the interests of the Government. The hospital director or designated representative has the authority to bar individuals from the Government facility. The removal from the job site or dismissal from the premises shall not relieve the Contractor of the requirement to provide sufficient personnel to perform the services as required by this performance work statement. The Government shall not reimburse the Contractor for travel and other expenses associated with the removal of personnel. Contractor personnel are not authorized to carry or possess personal weapons to include, but not limited to, firearms and knives with a blade length more than three inches, while assigned under this contract. CONTRACTORS ATTIRE AND APPEARANCE: Contractor personnel shall present a professional appearance commensurate with standards delineated for Government civilian personnel acting in similar capacities. The Government reserves the right to review Contractor personnel qualifications. Upon request, resumes shall be provided to the Contracting Officer prior to clearance approval, for review and acceptance by the COR. The intent is verification purpose and not for the Government to become the hiring authority.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25719Q0009/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25719Q0009 36C25719Q0009.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579511&FileName=36C25719Q0009-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4579511&FileName=36C25719Q0009-000.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: Department of Veterans Affairs;VA North Texas Healthcare System;ATTN: Logistics (90);4500 S. Lancaster Rd.;Dallas, TX
Zip Code: 75216
 
Record
SN05076078-W 20180908/180906232010-eab5677e3ecd6ef9730430565b9961a9 (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.