SOURCES SOUGHT
70 -- Lab/Pathology Queueing System - Multi-Site - Lexington, VAMC
- Notice Date
- 4/19/2019
- Notice Type
- Synopsis
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- 36C24919Q0250
- Response Due
- 4/23/2019
- Archive Date
- 6/22/2019
- Point of Contact
- 615-225-3614
- Small Business Set-Aside
- N/A
- Description
- **This is not a request for proposals, bids, or quotes. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. ** This is a Sources Sought notice to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The Department of Veterans Affairs (VA) Lexington, Kentucky (KY) Medical Center (LEX VAMC) is seeking qualified business contractors, preferably SDVOSB/VOSBs to provide a digital turn-key solution to patient flow management at all three laboratory sections. Sousley campus, 2250 Leestown Rd., Lexington, KY 40511 Laboratory waiting area is shared with the specialty clinics and Emergency Room. Bowling Campus, 1101 Veterans Drive, Lexington, KY 40502 Laboratory waiting area is located at Building 1 shared with Prosthetics, and in Building 16, not shared with any other section. BACKGROUND: Currently, laboratory has no digital solution with insufficient staff to cover Veteran check-in for laboratory services. Both deficiencies cumulatively and negatively impact a Veteran s ability to receive needed laboratory services in a timely and efficient manner. BASIC REQUIREMENT: Each location will have the following: One easily located fixed station for Veteran patient to approach with a pre-set selection of services to choose from. The Veteran makes his/her selection and receives a printout/ticket that identifies the service requested and the number/order in which it was received. At the same time, the laboratory staff receive notice that someone is waiting for service and can announce their readiness to receive the Veteran patient via various visual and audible cues. The Veteran patient sees or hears his/her number called and proceeds to receive the service desired. Once complete, the Veteran patient leaves and the cycle repeats. System will have means for staff to mitigate excessive wait-times and provide management oversight. INSTALLATION CONSIDERATIONS: Products are to have the least amount of impact to pre-existing structures in the facility. Installation will be done during normal business hours Monday thru Friday from 8am to 4pm. DIGITAL CONSIDERATIONS: Any software must be compatible with Windows 10 OS, and hardware must be compatible with existing PC structure. OTHER CONSIDERATIONS: No actual design or construction work will be performed. Options are not considered. LEX VAMC is in the process of determining the availability and capabilities of potential small businesses meeting the previously-described requirement before issuing a solicitation for a firm-fixed price contract that represents the best value for the government. The successful firm shall be required to have a full understanding of possible program or project objectives, the approval process, budget, contract documents, and the principles of Federal contracting and contract administration. If no responses are received from potentially responsible sources, LEX VAMC and its supporting contracting office NCO-9 - under FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis. This procurement, whether it be set-aside for small business or procured on an unrestricted basis, seeks to be made under North American Industrial Classification System (NAICS) Code 541519 Information Technology Value-Added Reseller. The small business size standard for NAICS code 541519 is 150 employees. NOTE: An Information Technology Value Added Reseller (ITVAR) provides a total solution to information technology acquisitions by providing multi-vendor hardware and software along with significant value-added services. Significant value-added services consist of, but are not limited to, configuration consulting and design, systems integration, installation of multi-vendor computer equipment, customization of hardware or software, training, product technical support, maintenance, and end user support. For purposes of Government procurement, an information technology procurement classified under this exception and 150-employee size standard must consist of at least 15% and not more than 50% of value-added services, as measured by the total contract price. In addition, the offeror must comply with the manufacturing performance requirements, or comply with the non-manufacturer rule by supplying the products of small business concerns, unless SBA has issued a class or contract specific waiver of the non-manufacturer rule. If the contract consists of less than 15% of value-added services, then it must be classified under a NAICS manufacturing industry. If the contract consists of more than 50% of value-added services, then it must be classified under the NAICS industry that best describes the predominate service of the procurement. An example of what the above NOTE means for an ITVAR is the following: A small business sells manufacturer software and hardware [products] and separately provides value-added services that are between 15% and 50% of the total contract price to implement that software or hardware to user demands. The ITVAR does not pass both manufacturer products and manufacturer value-added services to the user or vice-versa. If that happens the ITVAR is not an ITVAR but a pass-through entity and not eligible for consideration. All information submitted is subject to verification. Additional information may be requested to substantiate responses. If interested, please respond via email to the following: 1)Identify the socioeconomic status of your business (For additional information on small business concerns visit www.sba.gov). SDVOSB/VOSB must be listed as verified in VIP database at: https://www.vip.vetbiz.gov. 2) Provide what value-added service will be done on your part and what Manufacturer product you distribute. a. Include a manufacturer brochure 3) Identify whether you are a manufacturer or not. 4) Identify if interested in a site-visit during solicitation period. 5) If a large business, identify whether this requirement will afford subcontracting to a small business concern, and the small business concern s socioeconomic status that you normally subcontract with (e.g. HUD, 8(a), SDVOSB/VOSB, etc.). 6) Identify whether this requirement can be completed entirely under a GSA FSS delivery/task order, NASA-SEWP, or Open Market. 7)Provide current and active FSS or NASA-SEWP contract number. Each response shall be reviewed by the Contracting Officer/Specialist for determining whether there exists reasonable expectation of obtaining enough offers from responsible small businesses that are competitive in terms of market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. The complete packaged response should be emailed to Sascha Hertslet at Sascha.hertslet@va.gov under the subject line Sources Sought Notice # 36C24919Q0250. Interested parties are encouraged to point to any part of this solicitation that they feel is not reasonable or in-line with current commercial practices and offer alternative solutions/ corrective points. The DUE DATE for responses is Thursday, April 25, 2019 by 3:00 p.m. (CST). Any responses past that due date and time will be considered non-responsive. Contracting Office Address: 1639 Medical Center Parkway, Suite 400 Murfreesboro, TN 37129 United States Place of Performance: United States Lexington, KY Lexington VAMC s Bowling Campus and Sousley Campus Primary Point of Contact.: Sascha Hertslet, Contract Specialist sascha.hertslet@va.gov Phone: 615-225-6664 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). NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24919Q0250/listing.html)
- Record
- SN05287479-F 20190421/190419230023 (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 |