Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2019 FBO #6463
SOLICITATION NOTICE

D -- V19 RTLS Asset Tracking Expansion TIERED EVALUATIONS

Notice Date
8/2/2019
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
36C10A19R0011
 
Response Due
8/9/2019
 
Archive Date
8/24/2019
 
Point of Contact
512-981-4423
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Technology Acquisition Center (TAC), intends to issue a Request for Proposal for Real-Time Location Services (RTLS) at various sites within VISN 19. VA intends to issue a Request for Proposal on an Other Than Full and Open Competition basis in accordance with Federal Acquisition Regulation (FAR) Subpart 6.302-1 entitled, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. Please see Sources Sought Notice 36C10A19Q0173 and attached Justification & Approval. This notice of intent is not a request for competitive quotes or proposals. However, in accordance with FAR 5.207(c)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The primary North American Industry Classification System (NAICS) is 541519 and size standard is 150 Employees. VA intends to award a single award Indefinite-Delivery-Indefinite-Quantity (IDIQ) with a minimum of $10k and a maximum of $5M. The IDIQ will include a 3-year ordering period. VA expects to, at a minimum, issue one task order in FY19 for site assessments, which may include all sites. Additional task orders may be placed throughout the ordering period for additional RTLS requirements. The intention is for each site to have a separate task order. The following is the scope of work: SCOPE OF WORK The Contractor shall provide and/or acquire the services, hardware, and software required by individual Task Orders to enable VHA to procure solutions and technical expertise across the suite of RFID/RTLS enabling technologies to support the needs at individual VA medical facilities within VISN 19. The contractor will provide RTLS hardware, software, documentation, and, incidental services to authorized users in VHA. Incidental services include end user acceptance testing, training, warranty and maintenance services, and technical engineering services. Hardware and software delivery and installation, as well as performance of associated acceptance testing, training and warranty and maintenance services, will be required at the VISN 19 sites. The scope of this contract includes 10 sites within VISN 19, including up to 3 sites that have no current RTLS infrastructure. implementation. Work can include expansion of current sites, completion of implementation already started, and new implementations (See section 1.1). Please review the following information, to include the attached DRAFT Performance Work Statement and DRAFT Price Schedule, and provide any questions, comments, or recommendations. Once the RFP is issued, there will be a quick turnaround for proposals. Please use this time to address any RFP questions you may have, as extensions may not be able to be provided. VA may not respond directly to each question during this stage, but will consider all comments for the final RFP version. In addition, please address the following questions and provide a response to Luke Makenzie at Luke.Makenzie@va.gov by Close of Business on August 9. Recommendation on pricing for site assessment. VA recommends a base cost with an additional per room price but asking for other recommendations. Do CLINs need to be separated based on Clinical Grade and WiFi based locating? Please review the price schedule and add part numbers for hardware. If additional hardware CLINs are needed, provide recommendations Recommendation on pricing for hardware installation. VA recommends per device installation cost to include install, testing, travel, program management, etc (encompassing all associated tasks outside of hardware and site assessments) Recommendation on pricing for software only requirements (e.x. separate building 150 from building 154 in FHM, configure installed monitors in Muskogee and Oklahoma City). Do you recommend that a software configuration CLIN be determined per device, per room, square footage, etc.? Recommendation on pricing for tagging and commissioning assets. VA recommends a per device cost but asking for other recommendations Recommendation on pricing Final Acceptance Testing- VA recommends priced per room but asking for other recommendations. Do CLINs need to be separated based on Clinical Grade and WiFi based locating? Recommendation on pricing per training- VA recommends price per session (e.x. week long training user training) but asking for other recommendations. For sites that require overnight shift training, does a separate CLIN need to be added? Are CLINs in the price schedule enough to complete the fingerprinting task? If not, please recommend additional CLINs VA may not execute the fingerprinting task. What is the risk to VA if fingerprinting is not completed? Can a heat map be produced in lieu of fingerprinting during the site assessment? Please review PWS attachments (Government Furnished Property). What attachments are required to determine a firm fixed price for price schedule CLINs? Competition VA intends to use Tiered Evaluations as follows: Tiered evaluations including large business concerns. When including a large business tier, the Contracting Officer shall: (2) Synopsize the procurement in accordance with FAR Subpart 5.2 as a tiered evaluation. The Federal Business Opportunities Notice will include the words TIERED EVALUATIONS in the subject line. (3) Evaluate the offers, if any, submitted by SDVOSB concerns. If no offers were submitted by SDVOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the SDVOSB set-aside, document the basis for not making an award within this tier as prescribed in subsection (f) below, and proceed to the set-aside for VOSB concerns. (4) Evaluate the offers, if any, submitted by VOSB concerns. If no offers were submitted by VOSB concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the VOSB set-aside, document the basis for not making an award within this tier as prescribed in subsection (f) below, and proceed to the set-aside for other small business concerns. (5) Evaluate the offers, if any, submitted by other small business concerns. If no offers were submitted by other small business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, withdraw the set-aside for other small businesses, document the basis for not making an award as a set-aside as prescribed in subsection (f) below, and proceed to the large business tier. (6) Evaluate the offers, if any, submitted by large business concerns. If no offers were submitted by large business concerns, or if none of the offers would result in award at a fair and reasonable price that offers best value to the United States, cancel the solicitation, document that cancellation in a memorandum for the record, and conduct additional market research to inform a follow-on acquisition strategy. Evaluation VA intends to evaluate proposals on the following basis: FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, based on price and other factors considered. In accordance with FAR 13.106-2, offers will be evaluated in an efficient and minimally burdensome fashion. Formal evaluation plans and establishing a competitive range, conducting discussions, and scoring quotations of offers are not required. Contracting offices may conduct comparative evaluations of offers. Evaluation of non-price factors may be based on VA s knowledge of and previous experience with the services being acquired or any other reasonable basis. The following factors shall be used to evaluate offers: Technical Factor - The offeror s technical factor will be evaluated to determine whether the proposal contains a written partnership agreement with Centrak and Intelligent Insites; and whether the Offeror s proposal fully addressed in detail their approach as identified in Instructions to Offerors FAR 52.212-1, and to meet the requirements outlined in the PWS. A proposal that fails to conform to the solicitation will not be consider for award. Past Performance Price. Veterans Involvement (See VAAR 852.215-70) (End of Provision) Expected Milestones RFP issued: August 15th Proposals Due: August 28th Award/First Task Order (Site Assessments): September 13th DRAFT Price Schedule B.1 PRICE SCHEDULE This is a firm fixed price (FFP) indefinite-delivery indefinite-quantity (IDIQ) Single Award contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are for pricing only and are not purchased by this contract. VISN 19 RTLS services shall be ordered through the process described in Section X, Paragraph XX, Ordering Procedures. Item No. Description of Supplies/Services Quantity Unit Unit Cost Total Cost (Not to Exceed) 0001 Project Management The following deliverables may be required at the task order level. 0001A Contractor Project Management Plan IAW PWS Section 5.1.1 1 EA NSP NSP 0001B Contractor Staff Roster IAW section 6.2.2 of the PWS 1 EA NSP NSP 0001C Monthly Status Report IAW section 5.1.2 of the PWS 1 EA NSP NSP 0001D Technical Kickoff Meeting IAW section 5.1.4 1 EA NSP NSP 0001E Preliminary Hardware Deployment Design Document (HDDD) IAW section 5.3.2.1 and 1 EA NSP NSP 0002 Site Assessments IAW Section 5.2 of the PWS 0002A Site Assessment Base Cost Flat fee for each site 1 JOB $______ $______ 0002B Site Assessment- Per Room Additional price based on number of rooms at each site. Unit price is per room 1 JOB $______ $______ 0003 Centrak Brand Name Hardware IAW Section 5.4 of the PWS The types and quantity will be determined at the task order level 0003A Timing Star 1 EA $______ $______ 0003B 900 Mhz Star 1 EA $______ $______ 0003C IR Monitor Multi Mode 1 EA $______ $______ 0003D IR Virtual Wall Multi Mode 1 EA $______ $______ 0003E IR Virtual Wall Bay Use Multi Mode 1 EA $______ $______ 0003F LF Exciter 1 EA $______ $______ 0003G Asset Tag Multi Mode 1 EA $______ $______ 0003H Asset Tag Mini 900 Mhz 1 EA $______ $______ 0004 Hardware Installation IAW Section 5.5 of the PWS Price is a firm-fixed price and includes all associated costs, including travel and program management. NSP NSP 0004A Install and Configure Timing Star 1 EA $______ $______ 0004B Install and Configure 900 Mhz Star 1 EA $______ $______ 0004C Install and Configure IR Monitor Multi Mode 1 EA $______ $______ 0004D Install and Configure IR Virtual Wall Multi Mode 1 EA $______ $______ 0004E Install and Configure IR Virtual Wall Bay Use Multi Mode 1 EA $______ $______ 0004F Install and Configure LF Exciter 1 EA $______ $______ 0004G Install and Configure Asset Tag Multi Mode 1 EA $______ $______ 0004H Install and Configure Asset Tag Mini 900 Mhz 1 EA $______ $______ 0005 Software IAW Section 5.8 of the PWS The types and quantity will be determined at the task order level NSP NSP 0005A Intelligent InSites Perpetual License Platform (Asset Optimization and Connector to AT) 1 EA $______ $______ 0005B CenTrak Connect Core - TRM 1 EA $______ $______ 0005C CenTrak Connect Pulse - TRM 1 EA $______ $______ 0005D CenTrak Fingerprinting Locating Engine - TRM 1 EA $______ $______ 0005E CenTrak Connect Cisco MSE Bundle TRM 1 EA $______ $______ 0005F CenTrak Pulse Asset Viewer- TRM 1 EA $________ $______ 0006 Software Installation & Configuration IAW Sections 5.7, 5.8, and 5.9 of the PWS Price is a firm-fixed price and includes all associated costs, including travel and program management 0006A CenTrak Software Mapping & Configuration per X rooms 1 EA $______ $______ 0006B Intelligent InSites Software Mapping & Configuration per X rooms 1 EA $______ $______ 0006C Intelligent InSites Deployment Services per X rooms 1 EA $______ $______ 0006D Intelligent InSites Fingerprinting per X rooms 1 EA $______ $______ 0006E VISTA Interface 1 EA $______ $______ 0006F DMLSS Interface 1 EA $______ $______ 0006G Maximo Interface 1 EA $______ $______ 0006H Software Installation Report 1 EA NSP NSP 0007 Testing and Validation IAW Section 5.9, 0007A Facility acceptance testing- Base Cost 1 EA $______ $______ 0007B Facility acceptance testing- Per Room Additional price based on number of rooms at each site. Unit price is per room 1 EA 0007C AT Acceptance Test Plan 1 EA 0007D AT Facility Remediation Hardware Report 1 EA NSP NSP 0007E Facility Acceptance Test Report 1 EA NSP NSP 0007F Facility Final Hardware Design Document 1 EA NSP NSP 0008 User Training IAW Section 5.10.1, Performance Work Statement. Price is a firm-fixed price per session and includes all associated costs, including travel. 0008A System User Training (CenTrak) 1 EA $______ $______ 0008B System User Training (Intelligent InSites) 1 EA $______ $______ 0008C System Administrator Training (CenTrak) 1 EA $______ $______ 0008D System Administrator Training (Intelligent InSites) 1 EA $______ $______ 0008E Technical Maintenance & Repair Training IAW 5.10.2 1 EA $______ $______ 0009 Transition Planning IAW Section 5.11, Performance Work Statement. Price is a firm-fixed and includes all associated costs, including travel. 0009A AT Transition Plan 1 EA 0009B User and Technical Manuals 1 EA 0010 Warranty Services IAW Section 5.13, Performance Work Statement. Price is a firm-fixed price IDIQ and includes all associated costs, including travel. 00010A AT Warranty Status Report 1 EA NSP NSP NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (02-AUG-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/notices/4f65f10e5104586a9fbdcb7a230e7aae)
 
Record
SN05390789-F 20190804/190802230018 (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.