SPECIAL NOTICE
70 -- 70--QFLOW Service Maintenance
- Notice Date
- 11/14/2019 10:21:08 PM
- Notice Type
- Special Notice
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26120Q0116
- Archive Date
- 01/13/2020
- Point of Contact
- Network Contracting Office (NCO) 21Lynnette Kawakami3375 Koapaka St. #F-250Honolulu, HI 96819E-mail: Lynnette.Kawakami@va.gov
- E-Mail Address
-
Lynnette.Kawakami@va.gov
(Lynnette.Kawakami@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs (VA) Network Contracting Office 21 (NCO 21) intends to award a sole source, firm fixed price, contract for ACF Technologies, Inc. at the VA Pacific Islands Healthcare System (VAPIHCS). The proposed contract award will be for base plus four (4) option years.The authority is implemented for restricting competition on this procurement in accordance with FAR 13.106.1(b)(1) Soliciting from one responsible source.NAICS: 511210/Size Standard: $41.5 MillionThe contractor shall provide provide 24/7, 365 days a year (except Federal Holidays as listed) unlimited emergency support, telephone and email helpdesk support requests from 8AM to 8PM EST via toll free number to ensure the proper and efficient functioning of the ACF Technologies, Inc equipment. Services shall include support and hardware replacement (at no charge), provide remote diagnostics, including patches, upgrades to Qflow operating systems, software downloads and any required changes to ensure that ACF Technologies, Inc equipment meets all current and future VA network security requirements. The contractor shall make every effort to provide an immediate response via telephone. During peak call times, the customer shall be given the opportunity to continue to hold or leave a voicemail. The response time back from the contractor should not exceed thirty (30) minutes for critical and high level, one (1) business day for medium, and three (3) business day for low level errors.The contractor shall provide one (1) free webinar training session to help maximize use of Qflow features (four (4) total hours of training). Webinars must be requested by customer and completed before expiration of support agreement.On-site service/troubleshooting, if needed, will be provide in a timely manner, Monday thru Friday between the hours of 8am-5pm, Hawaii Standard Time, (except Federal Holidays as listed) in less than two (2) days from determination. Service shall be provided by a trained and authorized field service technician. Once on-site, if it is necessary for hardware to be replaced, it will either be direct shipped from the manufacturer, drop shipped by the manufacturer or purchased locally at the contractor s expense. Emergency repairs are deemed necessary if the situation presents an immediate danger to pharmacy personnel or prevents medication dispensing to veterans, On-site response servicing shall be provided by the first available mode of transportation.Includes all labor, travel and parts cost with unlimited on-site service request as needed. The contractor shall furnish tools, test equipment, test instruments, cleaning materials and parts required to provide service. The contractor will work with the customer to determine if replacement parts will either new or refurbished, and determine the approximate sub-assembly level to replace. Replacement parts will be warranted for a period of thirty (30) days. A Service Technician shall provide a Service Report prior to leaving for the day. If the job task is still open, the Service Technician must provide a written report at the end of each day. The report shall include: date; name of service technician; work order number, name of equipment, serial number and task performedThe contractor shall provide a complete testing, inspection, service repair and one (1) preventative maintenance visit during normal business hours at no charge. The contractor may determine the preventative maintenance schedule based upon the system utilization profile and in consultation with the Pharmacy IT/Equipment Manager. Preferred pricing on scheduled preventative maintenance visit and unscheduled on-site service calls during normal business hours. Any repairs or services not within the scope of the contract must have prior authorization by the contracting officer.THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirement for the estimated period of performance (see attached RFQ for response information). Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the award. The Government will not be responsible for any costs incurred by responding to this notice.Responses are due by November 20, 2019, 6:00AM (HST). Responses shall be submitted via e-mail to Lynnette.Kawakami@va.gov. Telephone requests or inquires will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/40638fd732cd4af6ae215fa4eb6c9d93/view)
- Record
- SN05493651-F 20191116/191117181054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |