SOLICITATION NOTICE
N -- 629-19-2-106-0413, Asset Tracking, Hand Hygiene, and Environmental Monitoring, 36C256-19-AP-1880
- Notice Date
- 8/9/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
- ZIP Code
- 70112
- Solicitation Number
- 36C25619Q0850
- Response Due
- 6/17/2019
- Archive Date
- 9/15/2019
- Point of Contact
- 504-412-3700 ext 8007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Attachment 2: Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25619Q0850 Posted Date: 8/09/19 Response Date: 9/3/19 at 3:00P.M. Central Product or Service Code: N070 Set Aside: SDVOSB NAICS Code: 334111 Contracting Office Address 1515 Poydras Street Suite 1100 New Orleans, LA 70112 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. The associated North American Industrial Classification System (NAICS) code for this procurement is 334111, with a small business size standard of 1250 employees. The combined synopsis solicitation is 100% Service Disabled Veteran Owned Small Business (SDVOSB) Set-Aside. Note, Interested SDVOSB Offerors must be listed and registered in Vetbiz.gov to be considered for Award. The Southeast Louisiana Veterans Healthcare System is seeking to purchase Real Time Location Services utilizing a Firm-Fixed Price Contract. All interested companies shall provide a quotation for the following: Services BACKGROUND VA RTLS Project Background The Health Care Efficiency (HCE) Major Transformation Initiative was one of the VA Secretary s key initiatives in 2010. The goal of the HCE initiative was to reduce operational costs and create more streamlined operations in targeted program areas to enhance program efficiency across the VA enterprise. Under the HCE initiative, the Facility Automation sub-initiative identified areas where the VA currently uses manual processes (or lacks processes) for tracking and monitoring and established the requirement to automate those areas using Real Time Location Systems (RTLS). RTLS is an umbrella term that includes multiple technologies for locating and tracking items. It includes Wi-Fi based location finding, active and passive Radio Frequency Identification, and many other location technologies, including ultrasound and infrared. The potential uses and benefits of this technology throughout VA are significant, and include improvement of quality of patient care, improved patient satisfaction, reduction of health care asset management costs, improvement of capacity/resource planning, improvement of employee and patient safety, as well as improvement of general asset management and inventory. SLVHCS Background The Southeast Louisiana Veterans Health Care System (SLVHCS) is responsible for providing health care to Veterans throughout the state of Louisiana. SLVHCS is comprised of 1 medical center and 7 Community Based Outpatient Clinics (CBOCs) all working together to provide efficient, accessible health care to Veterans in their areas. However, this proposal will primarily focus on the main medical center. Like all health care facilities, SLVHCS faces numerous clinical and business challenges, including managing and tracking assets, monitoring equipment, ensuring a stable climate for select specimens, and maintaining a high standard of hand hygiene compliance. Some VA assets are currently tracked with barcode stickers, but this solution is limited to identification capabilities. RTLS solutions are able to address many of the more complex challenges referenced above by providing additional capabilities beyond bar coding, such as the ability to track the location and flow of assets and supplies. These capabilities can result in improvements such as the design of processes to improve the efficiency and effectiveness of patient care, reductions in staff hours spent searching for equipment, and the ability to maintain more efficient (less expensive) inventory levels. SLVHCS intends to implement RTLS as a means of achieving the aforementioned benefits. PURPOSE The overall purpose is to implement a turnkey RTLS system throughout the Southeast Louisiana Veterans Health Care System (SLVHCS). The Contractor shall provide an RTLS solution to SLVHCS that can satisfy the functional requirements of the following applications: AT Asset Tracking HH Hand Hygiene TEMS Temperature Environmental Monitoring System A turnkey solution shall be defined as a complete system, to include but not limited to: providing all materials, tools, equipment, staff, management, travel, resources, etc. necessary to provide, install, commission and test a system that is fully functional at the conclusion of the installation. The turnkey solution to be provided by the contractor shall: be ready for full use upon completion of installation and fully adhere to all applicable codes and regulations. SCOPE The Contractor shall design, provide, deliver, install and test all equipment required for an RTLS solution supporting key applications including: asset tracking (AT), hand hygiene (HH), and a temperature environmental monitoring system (TEMS). All products must meet all the minimum requirements defined throughout this document. As part of this effort, the Contractor shall conduct site assessment, update facility drawings, develop implementation plans which document the system configuration for each application, install, configure and test hardware and software, testing training and provide training and facility transition support. The Contractor shall also leverage any lessons learned and efficiencies, where applicable, from any previous RTLS deployments. The contractor shall provide turnkey solutions meeting or exceeding all technical requirements. All equipment and installations must meet manufacturers and VA specifications. The Contractor shall furnish all supplies, tools, equipment, facilities and services required for delivery and installation of the supplies and equipment. The Contractor is responsible for any missing part and components not included in order to carry out the installation. PLACE OF PERFORMANCE The SLVHCS facilities to be provided RTLS are identified below: # Site Name Site Location Southeast Louisiana Veterans Health Care System 2400 Canal Street New Orleans, LA 70119 PLANNING AND MANAGEMENT The contractor shall include in this contract all surveying, project planning, project management, configuration, deployment and training. Final contractor solution for execution of this contract shall include considerations toward: stakeholder analysis, workflow design, workflow build, and implementation of the workflow with technology. The contractor shall work with VA staff to properly map out the materials to be installed, develop a specific and detailed schedule of major tasks and milestones, and provide an implementation strategy. Post installation, the contractor shall provide assistance (on site or remote) as required for at least one year. MINIMUM SYSTEM REQUIREMENTS RTLS Design The Contractor shall install RTLS supporting hardware and components to blend in (or not be visible at all), with the general surface treatments of the facility. The Contractor RTLS installation plan shall support the addition of future applications and the expansion to additional areas (e.g. Outpatient Clinics, zones, floors, new buildings, etc.) The Contractor shall install RTLS components to have minimal impact on the business operations of the facility and meet applicable infection control and health and safety requirements such as Joint Commission and Infection Control Risk Assessment (ICRA) findings and standards. Salient Characteristics All devices will need to utilize battery power, unless otherwise noted. All transmitters and devices shall transmit data via the VA OIT Wi-Fi network and/or by a Contractor provided 900mHz option. The Contractor shall be responsible for providing all components as necessary to render the system usable. Should the VA OIT Wi-Fi be utilized, the contractor shall provide a FIPS 140-2 certificate demonstrating the compliance of the system. Should the 900mHZ option be utilized in lieu of VA OIT Wi-Fi, the contractor shall ensure that all networking components are available and installed for use. If the system is not TRM-approved, the contractor must provide any and all hardware necessary to make the system function at full capacity. Regulatory Requirements The system shall meet the following: International Organization for Standardization (ISO)/ International Electrotechnical Commission (IEC) Standard 17025:2005 ISO 16484-5 National Institute of Standards and Technology (NIST) The Joint Commission ASHRAE American National Standards Institute (ANSI) bacNET National Fire Protection Association (NFPA) Any additional applicable codes and standards Software Full system functionality shall be included in the software system, as well as, administrative rights to the system for a field engineer level access. The contractor shall provide up to date software for the duration of the contract including, but not limited to software patches and updates. Software updates shall be restricted to primary software for controls, monitoring mechanisms, and server functionality. Ancillary software updates shall not be included. Peripheral Equipment/Sensors The contractor shall provide all sensors, probes, ancillary and peripheral equipment necessary to deliver the desired solution. All equipment to be provided by the contractor shall be installed by the contractor and commissioned by the contractor. All sensors will be correlated with an applicable VA asset tag. The contractor shall provide a full equipment listing of all equipment to be installed to include, but not limited to the following information: Equipment type Location of installation Installation date Commissioning date Model Number Serial Number Manufacturer Preliminary Hardware Deployment Design Following the site assessment, the Contractor shall develop a Preliminary Hardware Deployment Design (PHDD) document for the SLVHCS facility for approval prior to beginning the hardware installation process. The PHDD document shall illustrate the Contractor s design of hardware for each application to meet the requirements of the facility. The Contractor shall submit the PHDD document in the form of facility drawings that include markups which note the location, type and quantity of all RTLS hardware and supporting equipment (e.g., user access / monitors) that needs to be installed and how that hardware meets the needs of each facility s business processes being affected by the RTLS. The Contractor shall clearly indicate how coverage is achieved in each required area for the purposes of understanding the design and architecture for future operation and maintenance purposes. The document shall also include: RTLS-specific requirements for power, ethernet, and any other VA-required pre-installation items If necessary, preliminary quantity and proposed location of supplemental Wi-Fi infrastructure to achieve the goals of the RTLS applications and room coverage requirements. Delivery and storage space requirements for proposed facility RTLS equipment. Any other tools and templates that help to define the design (e.g., configuration, components, business rules, etc.) of the RTLS system to aid SLVHCS in making design decisions to achieve the goals of the proposed RTLS applications Database The Contractor shall install database infrastructure that supports the requirements of the facilities identified in Section 4.1. As part of the proposal the Contractor shall provide draft documentation of the RTLS Server configuration and architecture that will be configured and optimized to meet the needs of SLVHCS and its facilities. This draft documentation shall include: A diagram that lays out the server requirements at each location Expected bandwidth utilization for the wide area network (WAN) links Expected application latency requirements Server specification (including power, British Thermal Units (BTUs), and network connections) Expected Physical Space required (by Site) The system shall be capable of archiving data to meet major regulatory requirements. Data will be transmitted via Government provided Wi-Fi and/or by a Contractor provided 900mHz option. The amount of on-board sensor memory must be sufficient to protect data from a potential holiday weekend outage, plus the time for normal troubleshooting and shipment of replacement parts (i.e., the sensors shall have a minimum seven (7) days "on-board" memory). Interface System interface shall be browser-based application Users shall be able to graphically display relevant intervals of data. Intervals data recording shall be developed and based on contractor recommendations while meeting VA directives and Joint Commission guidelines for monitoring. The system and all of its components shall be BACnet capable for option gateway interfacing at later date. Sensor readings shall be available in real time meaning sensor readings reported at the time of inquiry shall be reading for that item at that particular point in time. The system shall track all system logons and provide audit tracking capability. Access and permissions shall be limited through programmed permissions for staffing. Access/Permissions The system administrator shall be able to allow users to have access only to information from sensors in their respective areas. VA Clinical Engineering staff shall have system administrator access. Reporting/Alerts The system shall provide a monthly executive summary report. The report shall include enough information to determine overall system usage, access logs, deviations, overrides, tolerance issues, system performance. System shall be able to alert all users of an individual subsection that an area or piece of equipment is out of range via customizable alert notification options, such as: computer pop-ups, email alerts, text message alerts or other potential options. System shall be able to alert users if a sensor loses contact with the equipment due to communication or hardware failure. System must notify users when the sensor has a low power and needs attention. This report/alert system should also alert if data is not being received and recorded and have the capability to store data in the "on-board" memory and transmit complete data at a later period. Software Licenses and Installation Specifications/Salient Characteristics: TRM approved or necessary hardware provided by contractor 24/7 monitoring of all sensor points in system hosted on VA network; Ability to determine departmental groups to provide notification when item is out of range; Ability to escalate alert if no action is taken Server Requirements Specifications/Salient Characteristics: All necessary servers will be furnished by contractor to host application and database to exceed the minimum requirements; must be rack-mounted servers Application server specifications: Intel/AMD Processor 2.0+ GHz Multi-core processor or better At least 8GB RAM Windows Server 2016 or above Network Card 100/1000 MB 2 x 80GB Hard Drives: Raid 0 or Raid 1, SSD, SCSI 10k/15k RPM, ATA-100/SATA 7200 RPM Database server specifications: 2 x Intel/AMD Processor 2.0+ GHz Multi-core processors (Core Duo, Quad Core, Xeon or similar) (Athlon II, X2 Dual-Core, Phenom or similar) At least 16GB RAM 4 x 250GB Hard drives (RAID 5, SSD, SCSI, 10k/15k RPM, ATA-100/SATA 7200 RPM Network Card 100/1000 MB Windows Server 2016 or above Microsoft SQL Server Reporting Services with SSRS account and 1 processor license Asset Tracking Requirements AT Purpose Asset tracking will be used to document the real time locations of all assets within SLVHCS. AT Scope The AT application shall be implemented in all locations listed under Section 4.1. AT General Requirements Facility Tagging Plan The Contractor shall create a Facility Tagging Plan prior to beginning the tagging process for review and approval by the COR. This plan shall include: Identification of all asset groups and assets to be tagged. A schedule (not to interrupt business operations) to tag and commission all assets. Guidance and instructions on tag placement. Method for quality control of tag placement and commissioned data. Method for taking corrective actions on misplaced tags, defective tags, assets that cannot be located, incorrect information in the RTLS database, and other errors that can occur during the tagging and commissioning process. Documentation of the tagging process to allow the Government to perform the tagging and commissioning process in the future. AT System Resolution The system shall include room-level resolution. Room-level resolution is defined as the ability to accurately locate a tagged asset within a defined room without interference with adjacent rooms. The system shall also include sub-room level. Sub-room level resolution is defined as the ability to accurately locate a tagged asset within an open room that is segregated into sub-spaces, such as patient bays, without interference with adjacent sub-room spaces. AT System Configuration The Contractor shall configure the AT application so that it represents the physical layout of the facility as provided in the VA facility drawings. The system shall provide facility-specific business rules, alerts, notifications and reports. The system shall integrate into Maximo and provide updates to the location field. Hand Hygiene Requirements HH Purpose The overall purpose is to implement a turnkey hand hygiene monitoring system. This system will oversee the hand sanitizer dispensers located by all 200 of the patient beds in SLVHCS. HH Scope The HH application shall be implemented in all locations listed under Section 4.1. HH Minimum Device Requirements Must provide web-based, real-time dashboard metrics 24/7/365. Must provide date fidelity from unit to hospital level. Must be able to easily add additional monitors in the future. Must be able to integrate with the existing Purell LTX-7 dispensers located in the facility. Reporting Must convert hand hygiene event data into compliance reports. Must provide actionable feedback for units/frontline staff. Temperature Environmental Monitoring System Requirements (TEMS) TEMS Purpose TEMS will be used to monitor, record, and alert staff to various environmental conditions throughout the medical center in applications such as, but not limited to: temperature, humidity, leak detection, air velocity, pressure conditions, and door open/close monitors. Monitoring shall be accessible for end users within the space and to the support staff responsible for initiating adjustments to the system to meet temperature and humidity requirements. TEMS Scope The TEMS application shall be implemented in all locations listed under Section 4.1. TEMS Background The facility currently has Temptrak © installed at a smaller scale in the Sterile Processing Services (SPS). The facility also utilizes Johnson Controls Metasys program for heating and cooling controls and monitoring. The facility is seeking a robust system that will allow end users to receive real time information concerning the state of specific areas and equipment (state meaning: temperature readings, humidity readings, ect.), receive alerts when the monitored areas fall outside of the designated acceptable ranges, and provide easy reporting for trending and archives. The Contractor shall provide a solution that integrates with the Temptrak © and Metasys systems that are already installed in SLVHCS. TEMS General Requirements The system must be able to provide 24/7/365 monitoring and ensure complete data capture, logging for alerting, reporting and charting utilizing "two-way communication" with a system acknowledgement of received data and "on-board" sensor memory to prevent data loss during communication interruption. The system shall consist of the following types: Temperature Monitoring Temperature and Humidity Data Loggers; Temperature Probes; Temperature Probes for Water Bath; Dual Temperature Monitoring Devices; Dishwasher Kits; Ultra-Low Temperature Probes; and Ultra-High Temperature Probes Environmental Monitoring of the following conditions: Air Flow; Oxygen Depletion; Pressure Differential; Power Detection; Door Open/Close; and Leak Detection. TEMS Minimum Device Requirements The following devices shall be provided by the contractor as a minimum. Air Velocity Monitor for laboratory and pharmacy vented hoods. Specifications/Salient Characteristics: 0-5000 feet per minute (fpm) within accuracy of 1.5% ; Temperature Range 0 ° to 50 °C (32 ° to 122 °F); AC power; Wifi Capable Dishwasher Kit for commercial dishwasher applications in food service setting to determine final rinse temperature on commercial dishwasher. Specifications/Salient Characteristics: To include transmitter and probe; Probe to be installed by contractor; Wi-fi Capable; Temperature Range: -60 ° to 150 °C (-75 ° to 302 °F); Temperature accuracy within +/- 0.3 Celsius or better Internal Temperature and Humidity Monitor for storage rooms in lab, pharmacy, procedure and food service settings. Specifications/Salient Characteristics: NIST Certified/Traceable; Temperature Range: -18 ° to 60 °C (0 ° to 140 °F); Accuracy: ±0.4 °C ( ±0.7 °F) at 25 °C (77 °F); Relative Humidity Range: 0 to 95%; Relative Humidity Accuracy: ±3.0%Batteries included; Battery life of unit: Minimum 1 year Dual Temperature Monitor for application in areas where refrigerators and freezers are in close proximity; or multiple refrigerated units are in a row. Specifications/Salient Characteristics NIST Certified/Traceable; Temperature Range: -200 ° to 300 °C (-328 ° to 572 °F); Accuracy: ±0.5 °C ( ±1 °F); Batteries included; Battery life of unit: Minimum 1 year Immersion Temperature Monitor to maintain constant temperatures in water baths and three compartment sink applications. Specifications/Salient Characteristics: NIST Certified/Traceable; Temperature Range: -40 to 150 °C (-40 ° to 302 °F); Temperature accuracy within +/- 0.3 Celsius or better; Batteries included; Battery life of unit: Minimum 1 year Low Temperature Monitor for laboratory and pharmacy applications. Specifications/Salient Characteristics: NIST Certified/Traceable device; Temperature Range: -200 ° to 155 °C (-328 ° to 311 °F); Temperature accuracy within +/- 0.3 Celsius or better; Batteries included; Battery life of unit: Minimum 1 year O2 Depletion Monitor device for use in the emergency room. Specifications/Salient Characteristics: Detection of ranges within 5-25% oxygen, Applicable alarms; Capable of AC power; Battery Back up built in; Oxygen reading accuracy: ±0.75% O2 over 5.0 to 25.0 % O2 ±1.00% O2 over 0.1 to 5.0 % O2 Power Detection Device Specifications/Salient Characteristics: System must be fully capable of detecting power loss to probes and ancillary equipment up to +/- 4% of the rated incoming power. System shall report power anomalies including but not limited to: power loss (AC and DC), power/voltage/amperage fluctuations, and detection of low power. Systems shall not be required to report transfers to emergency or back up power. Pressure Differential Monitor to monitor positive and negative air pressure rooms. Specifications/Salient Characteristics: NIST Certified/Traceable; Measurement Ranges: -0.1 to 0.1 in. wv; -0.5 to 0.5 in. wv ; 0.2 mm (0.001 in.) of wc (or 0.1 Pa); Accuracy: ±0.5% full scale Pressure Line Polarity: Bi-directional LCD monitor present for easy reading detection site; Capable of VAC; Indicator lights to easily identify if area is in or out of recommended ranges Single Temperature Monitor in areas where refrigerators and freezers are in independent entities in a single location Specifications/Salient Characteristics: Options to select NIST Certified/Traceable as needed; Temperature ranges required -125 to 125 degrees Celsius; Temperature accuracy within +/- 0.3 Celsius or better Door Open/Close Sensor for areas requiring secured access to notify users someone has left Specifications/Salient Characteristics: Sending an alert to predetermined mail group in the event a door is open or closed against the preset standards Terminal block to allow for remote signal activation Leak Detector Probe for areas needing environmental leaking monitoring Specifications/Salient Characteristics: Temperature Range: -20 ° to 80 °C (-4 ° to 176 °F ) Battery Replacement Kit for all transmitters Specifications/Salient Characteristics: At least ten (10) batteries included; At least two thermistors included ; Tape to remount device as needed. Repeaters Specifications/Salient Characteristics Shall be government owned property upon award. Wifi Capable 120 VAC Power (Critical Equipment Circuit) Battery backup included for unplanned power failure Base Buffer and Receiver Specifications/Salient Characteristics Shall be government owned property upon award. Wifi Capable Shall be capable of operating on most recent software version of the system to be installed. 120 VAC Power (Critical Equipment Circuit) Battery backup included for unplanned power failure DELIVERY Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 as specified in delivery order. Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver specified items only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial award delivery date specified in the delivery order, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 15 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the COR, with necessary infrastructure delivery initiated within 30 days of pre-delivery meeting. A fully functional RTLS system shall be in place within 365 calendar days from date of award. INSTALLATION Contractor is responsible for turnkey installation of all delivery items. Pre, concurrent and post installation meetings shall occur at frequencies of no fewer than once bi-weekly until installation is complete. The contractor shall provide meeting minutes for all meeting attendees. Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards Installation must be completed as specified in delivery order. All work shall be completed between 6:00 a.m. and 6:00 p.m. Monday Friday unless the work proposed has been identified to impact building operations or patient care. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. Any equipment listed as a line item that is not installed or determined not be needed shall be credited back to the government. SITE CONDITIONS There shall be no smoking, eating, or drinking inside the hospital at any time. The Contractor shall verify all site conditions prior to commencing with any work. The Contractor shall also conduct a site visit post award. In addition to this, the Contractor may request additional site visits in order to fully assess the site and begin preliminary work on system installation. The Contractor shall conduct a Wireless Coverage Site Survey at each of the required facilities listed in Section 4.1. The contractor shall deliver the results of the Wireless Coverage site survey in a Wireless Signal Strength Heat Map Report. These reports shall include a graphical representation of every facility receiving RTLS that details the name (where applicable) and number (where applicable) of every building, floor, and room for every facility concerning every wireless access point. MAINTENANCE AND SUPPORT The contractor shall provide all preventative and predictive maintenance on the equipment and system as whole under this contract. Maintenance shall include: Repairs Part Replacement Calibration Service reports Only manufacturer trained staff shall be permitted to conduct maintenance on the equipment and systems to be installed. The contractor shall provide evidence of training for all technicians who will complete maintenance and repairs on the system prior to the commencement of work. Response Time. All maintenance work shall be scheduled with the COR prior to work commencing. For scheduled maintenance, the contractor shall provide notice, of no less than 48 business hours, for work to be scheduled. For unplanned maintenance or repairs that are not considered emergency, the contractor shall provide a technician to address the issue within 72 business hours of notice. For emergency repairs and maintenance, the contractor shall provide a response to all requests for work within 24 hours. A technician shall be onsite to address the issue within 24 hours of initial request and confirmation of work request. Emergency visits shall not exceed six (6) per contract period. Any additional visits over this shall require approval from the contracting officer prior to completion of work. Overtime Hours. Overtime hours shall be any work to occur outside of normal working hours (7:30 am to 6:00 pm Monday through Friday). The contractor shall provide a log of all overtime requests monthly, demonstrating the hours spent and reason for the work. At no point shall contractor be permitted to work outside of normal working hours without approval from the COR or CO. The use of overtime hours is at the discretion of the COR. The contractor shall notify the COR for any intent to utilize overtime hours prior to usage. If the contractor begins working on a planned or unscheduled maintenance that goes past regular working hours, the contractor shall obtain permission from the COR to continue work. If the COR does not approve the overtime, the contractor shall get to a stopping point with all work and continue services during the start of the next regular hour period. The maintenance period shall begin upon completion of system installation and commissioning. The additional maintenance period shall begin at the anniversary of the base award should option exercises be executed. DELIVERABLES User Training Materials; Print, video and/or computer-based training (digital copies) system overview for general staff; Print, video and/or computer-based training overview for managing the software; Print, video and/or computer-based training overview for super users; Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation; Installation schedule A design document submittal (shop drawing) must be provided to the VA which contains access point placement, switch placement, fiber routing, RF study, and logical and physical network designs for review and approval prior to any actual Installation work being performed. This shall be submitted within 45 days of award. Single line, networking diagram. The contractor shall outline one-line diagrams demonstrating how the network is set up and high level view of sensor and peripheral equipment connections; Outlines of sensor and equipment placement on architectural drawings to demonstrate location of equipment. These drawings may be utilized to provide visual aids on the system as well; Material cut sheets of all equipment specified in this scope; The contractor shall submit a draft testing plan for acceptance and comment from VA. The draft test plan shall include the following: The Contractor shall perform testing following the installation to ensure access points and wireless service are functioning at a minimal data rate with acceptable signal to noise ratio and power settings as determined by the site during the site survey. The Contractor shall discuss and confirm suggested speed test criteria with the COR. The Contractor shall provide a Post Survey Heat Map, which will show where the access points are located, and that they are functioning. The Contractor shall provide a final test plan that includes updates addressing any comments provided by the VA to the draft test plan. TRAINING Technical training for Engineering Staff Training shall include, at a minimum: System Overview Use; Programming; Upgrade; System modification; Equipment replacement. Training shall be no fewer than three (3) eight-hour day course on the system and shall be conducted on the system as it has been physically installed. Any adjustments made to the system in order to render training shall be reversed upon completion of the example or training item being presented. The contractor shall ensure that the system maintains information integrity when utilizing it for training purposes. It is recommended that the contractor duplicate the installed environment on a training environment when utilizing system for hands on training. The Contractor shall provide a training syllabus prior to the training for VA approval. Syllabus must be approved no fewer than fourteen (14) calendar days prior to the scheduled training. All training must be scheduled with the VA no fewer than twenty-one (21) calendar days prior to the training. The contractor shall provide all necessary training materials and equipment including, but not limited to: training workbooks, manuals, laptops for system programming, project, and all trainer travel and lodging expenses. At no point may training occur virtually; all training must be conducted with a trainer physically present on the property. Virtual assistance may only be permitted for troubleshooting purposes if the contractor has an existing MOU/ISA with the VA or is willing to undergo local provisioning. Technical training for End Users Training shall include at a minimum: System Overview; General use; Popular views; Report access; Data retrieval; Data notifications; Training shall be no fewer than a six-hour course on the system and shall be conducted on the system as it has been physically installed. The Contractor shall provide a training syllabus prior to the training for VA approval. Syllabus must be approved no fewer than fourteen (14) calendar days prior to the scheduled training. All training must be scheduled with the VA no fewer than twenty-one (21) calendar days prior to the training. The contractor shall provide all necessary training materials and equipment including, but not limited to: training workbooks, manuals, laptops for system programming, project, and all trainer travel and lodging expenses. At no point may training occur virtually; all training must be conducted with a trainer physically present on the property. Virtual assistance may only be permitted for troubleshooting purposes. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To ensure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. INSPECTIONS AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. Testing of system functionality to ensure the system provides access at all installed points and provides complete coverage of all desired areas. The contractor shall test for interference with existing medical center systems. SECURITY REQUIREMENTS Contractors, contractor personnel, subcontractors, and subcontractor personnel shall be subject to the same Federal laws, regulations, standards, and VA Directives and Handbooks as VA and VA personnel regarding information and information system security. WARRANTY The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. The period of performance is base year with two one-year options. Place of Performance Address: 2400 Canal Street, New Orleans Postal Code: 70119 Country: UNITED STATES Award shall be made to the contractor whose quotation offers the best value for the government based on Price, Technical capability/approach, and past performance. The government will evaluate information based on the following evaluation criteria: Price, Technical capability/approach, Past Performance. *the Government intends on sending the lowest price quote to technical evaluation. After the solicitation closing time and date. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items OCT 2018 FAR 52.212-3, Offerors Representations and Certifications Commercial Items OCT 2018 52.204-7, System for Award Management OCT 2018 52.204-16, Commercial and Government Entity Code Reporting JUL 2016 52.209-7, Information Regarding Responsibility Matters OCT 2018 52.516-1, Type of Contract APR 1984 52.217-5, Evaluation of Options JUL 1990 52.233-2, Service of Protest SEPT 2006 852.209-70, Organizational Conflicts of Interest JAN 2008 852.233-70, Protest Content/Alternative Dispute Resolution OCT 2018 852.233-71, Alternate Protest Procedure OCT 2018 852.270-1, Representatives of Contracting Officers JAN 2008 852.273-74, Award Without Exchanges JAN 2003 *Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items OCT 2018 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders OCT 2018 52.203-16, Preventing Personal Conflicts of Interest DEC 2011 52.203-17, Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights APR 2014 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper MAY 2011 52.204-9, Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13, System for Award Management Maintenance OCT 2018 52.204-18, Commercial and Government Entity Code Maintenance JUL 2016 52.217-8, Option to Extend Services NOV 1999 52.217-9, Option to Extend the Term of the Contract MAR 2000 52.228-8 Insurance- Work on a Government Installation JAN 1997 52.232-19, Availability of Funds for the Next Fiscal Year APR 1984 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DEC 2013 852.203-70, Commercial Advertising MAY 2008 852.219-10 VA Notice of Total Service -Disabled Veteran-Owned Small Business Set-Aside JUL 2016 852.237-70, Contractor Responsibilities APR 1984 852.270-1, Representatives of Contracting Officers JAN 2008 The following subparagraphs of FAR 52.212-5 are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109 282) (31 U.S.C. 6101 note). (6) 52.204 14, Service Contract Reporting Requirements (OCT 2016) (Pub. L. 111 117, section 743 of Div. C). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). (16) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). 21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2011) (15 U.S.C. 657f). (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28)(i) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (29)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (30)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (E. O. 12989). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (49) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (C)(2) 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). (C) (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (C)(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (C) (8) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). (C) (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quoters shall submit the following: 1 Copy of the following 1. Volume 1: Technical Approach/capabilities, Past Performance Volume 2: Price All quotations shall be sent to michelle.bocage@va.gov This is an open-market combined synopsis/solicitation for services as defined herein. The government intends to award a Firm Fixed Price Contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 3:00P.M. Central on 9/3/2019. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes will be accepted. Please be aware of a 10MB limit; if sending multiple emails please number emails to ensure are emails are sent and received. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contracting Officer, Michelle Bocage, michelle.bocage@va.gov. INSTRUCTIONS TO OFFERORS This acquisition is being procured using Simplified Acquisition Procedures under the authority of FAR Part 13.5 procedures. This solicitation is 100% SDVOSB Set-Aside. which includes all items being requested in the solicitation. The Government intends to solicit this requirement and award a subsequent contract without discussions, clarifications, or negotiations. However, if necessary the Government will seek clarification and additional information for offers that are submitted from any eligible offeror. Offerors are encouraged to provide their best offer initially because the opportunity to enter into discussions or to provide a better offer at a later time will not be possible. The Government intends to award to the offeror whose offer represents the best value to the government after consideration of all technical and price factors. FAR Part 52.212-2, Evaluation - Commercial Items: does not apply to this solicitation. Pursuant to FAR subpart 13.106-2, the Government will award a Firm-Fixed Price contract to a single successful offeror/contractor whose offer/quote in response to this solicitation will be most advantageous to the Government. Award will be made to the lowest priced offeror that meets or exceeds ALL requirements of this solicitation and the Performance Work Statement (PWS). OFFER SUBMISSION GUIDANCE: Offer Submission Guidance: Offers shall be submitted via e-mail only to Michelle Bocage, michelle.bocage@va.gov. Offers shall be submitted on or before the close date/time as specified in this solicitation. Offers are due no later than Tuesday, September 3, 2019, by 3:00 p.m. CDT (New Orleans, LA). Any contractor submissions or requests for information about this RFQ received after the closing date and time of this solicitation (for any reason) are late and shall not be considered. It is unlikely that the solicitation close date will be extended so offerors are encouraged to respond on or before the close date with their best offer. Solicitation Questions: Questions about this solicitation shall be accepted up until Friday, Aug. 23, 2019, by 12:00 p.m. CDT (New Orleans, LA). Questions shall be submitted via e-mail only Michelle Bocage, michelle.bocage@va.gov. No additional questions or requests for information/clarification shall be accepted after Friday, Aug. 23, 2019. Questions/answers will be posted via an amendment to this solicitation. It is the responsibility of the contractor to monitor FedBizOpps for any and all amendments to this solicitation. Questions shall only be accepted from those parties who are an interested party to this solicitation. A site visit will be conducted August 19, 2019 at 9:00am CST. If you are interested in attending, you must email michelle.bocage@va.gov in order to attend. Please submit your email no later than August 16,2019 12:00 PM CST. INSTRUCTIONS FOR OFFER PREPARATION AND SUBMISSION Offerors shall submit their offer in two volumes as detailed in this section of the solicitation. All offers shall conform to the solicitation provisions and be prepared in accordance with this section. Offers shall be clearly and concisely written as well as neat, indexed (cross indexed as appropriate) and be logically assembled. All pages shall be appropriately numbered, and the font chosen should be easily readable. Each volume will be separated by section and will include a Table of Contents identifying each section. OVERALL ARRANGEMENT OF OFFERS Volume 1 will contain responses to Technical Capability evaluation criteria and Past Performance. Technical Capability is comprised of the following factors: A. Relevant Experience, B. Personnel Qualifications, Capabilities, and Certifications, and C. Schedule. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Technical Proposal. Such input/feedback is necessary to ensure that potential offerors are specifically addressing the specific requirements of this solicitation and the PWS in relation to their relevant qualifications and related experience to this requirement. Volume 1 must not contain any pricing information. Volume 2 will contain the information required under the price factors listed below. This volume will be clearly marked on the outside and on the cover page with the Offeror s name, the solicitation number, and the title Price Proposal. a) Pricing shall be entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. VOLUME 1 TECHNICAL Volume Technical Capability Offerors shall submit documentation to prove their capability to perform the services described in the PWS. Offerors should address all aspects of the Performance Work Statement in sufficient detail to show a complete understanding of the requirement and a well-formed plan to execute the tasks required. The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to. Relevant experience is defined as experience that is the same as, related to and/or or is similar to the current need requirement. The Offeror shall submit the following as part of Volume I: Factor A: Experience: The offeror s proposal shall contain information demonstrating the relevance of the Offeror's experience as it relates to healthcare organization transformation services, in order to accomplish PWS tasks/deliverables. Factor B: Personnel Qualifications, Capabilities, and Certifications The personnel required for the successful execution of this requirement are identified in the PWS. Offerors shall include as part of their submission a description of the skills, abilities, knowledge, and certifications of the personnel who will be responsible for carrying out tasks. Documentation which includes (but is not limited to) resumes, certifications, and credentials, should be submitted that verifies the relevant experience, education, and knowledge of these individuals. Individuals shall demonstrate experience in projects of similar scope, nature, and duration, with examples if available. Personnel who will be provided to execute this requirement shall be available at the appropriate times and durations. Factor C: Schedule Offerors shall submit documentation to prove their ability to meet the performance schedule as defined in the PWS. Offerors shall be specific on their plan to ensure timely performance of all required tasks within the appropriate/necessary time windows that are outlined in the PWS. The Offeror's quote shall demonstrate the Offeror's understanding of the requirements and describe how the Offeror proposes to meet anticipated/projected dates when completing these tasks. A projected schedule which indicates the ability to successfully complete tasks/deliverable (within the appropriate time windows) should be included. Past Performance Offeror shall submit at least three past performance references that are recent and relevant to the requirement. The offerors CPARS will also be evaluated. In the event of no Past Performance will be rated as neutral rating. A neutral rating does not negatively nor positively affect the offeror. VOLUME 2 PRICE Volume Price Offeror shall include in this section the following items: a) Pricing entered as required on the pricing schedule and totaled at the bottom of the pricing schedule. The offeror may tailor the Price/Cost Schedule. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Evaluation Criteria Lowest Price Technically Acceptable Basis of Award: A Lowest Priced Technically Acceptable procurement is being conducted. As such, award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for the non-cost factor. Past Performance history will be considered for responsibility determination purposes only (FAR 9.104-1(c). The evaluation factors are as follows: Factor 1-Technical Under the technical factor, each offeror s responses will be evaluated on a pass/fail basis or acceptable/unacceptable basis. This determination will be based on the offeror demonstrating in its proposal a technical solution that minimally meets the technical requirements specified in the Solicitation s Performance Work Statement. Factor 2-Price Factor 3- Past Performance Offerors past performance history will be evaluated by the government for the purpose of evaluating performance risk Price will be evaluated for fairness and reasonableness. Factor 1 TECHNICAL CAPABILITIES/APPROACH: Offerors must submit relevant information demonstrating technical capability to satisfactorily perform the following requirement as expressed in the PWS in the Solicitation. Factor 2 PRICE: Prices will be evaluated on the basis of price fairness and reasonableness. Point of Contact Michelle Bocage, Contracting Officer 1515 Poydras St suite 1100, New Orleans 70112 Michelle.bocage@va.gov NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (09-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/spg/VA/NOrVAMC/VAMCCO80220/36C25619Q0850/listing.html)
- Record
- SN05400148-F 20190811/190809230039 (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 |