Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 20, 2020 SAM #6657
SOURCES SOUGHT

58 -- Community Based Worker Protection Systems Services for VISN 4 VAMCs

Notice Date
2/18/2020 6:27:20 AM
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0318
 
Response Due
2/24/2020 8:59:59 PM
 
Archive Date
04/24/2020
 
Point of Contact
William.Schlobohm2@va.govWilliam Schlobohm
 
E-Mail Address
William.Schlobohm2@va.gov
(William.Schlobohm2@va.gov)
 
Awardee
null
 
Description
GENERAL INFORMATION FOLLOWED BY A TENTATIVE STATEMENT OF WORK NOTICE: This is not a solicitation but rather a Request for Information (RFI) (Sources Sought) to determine capability of potential sources and is for information and planning purposes only. Veterans Health Affairs, Network Contracting Office 4, is issuing this request for information/sources sought notice in order to identify capable firms for Community Based Worker Protection Systems Services for VISN 4 VAMCs. Responses must be submitted by 11:59pm (EST) February 24, 2019. Submit responses to the information requested above via email to william.schlobohm2@va.gov . All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes, and shall include as part of their response a brief capability statement that covers the information in the following tentative statement of work The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 334290 (Other communications equipment manufacturing) Suggested PSC: 5805 (Telephone and Telegraph Equipment) Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories, and statement of work suggestions. SAMPLE / TENTATIVE STATEMENT OF WORK (BELOW) Community Based Workers Protection System Purpose The purpose of this all-inclusive contract is to acquire Community Based Workers monitoring device, service and licenses for their workforce management system for the Veterans Integrated Service Network 04 (VISN 04). The facilities will need monitoring devices configured with the ability to add or subtract devices each month as personnel or business requirements dictate. The contractor will bill only for those devices that are activated each month. The contractor shall provide all necessary labor, supervision, equipment, supplies, materials and travel needed to fulfill the requirements. The base period of performance (PoP) will be from: 1 April 2020 through 31 March 2021. Option year one PoP will be from 1 April 2021 through 31 March 2022. Option year two PoP will be from 1 April 2022 through 31 March 2023. Option year three PoP will be from 1 April 2023 through 31 March 2024. Option year four PoP will be from 1 April 2024 through 31 March 2025. Background The VISN 04 consists of nine medical facilities, 44 Outpatient clinic, one mobile clinic and 17 Vet centers that provides medical services it over 320,000 veterans all services. The VISN has lone worker employees split between different community-based programs; Social Work; Homebased primary care; the Homeless program and other departments VA MEDICAL FACILITY ADDRESS STATION ID NUMBER OF UNITS Altoona VA Medical Center 2907 Pleasant Valley Blvd Altoona, PA 16602 503 60 Butler VA Health Care System 353 North Duffy Rd Butler, PA 16001 529 50 Coatesville VA Medical Center 1400 Blackhorse Hill Rd Coatesville, PA 19320 542 55 Erie VA Medical Center 135 East 38th Street Boulevard Erie, PA 16504 562 40 Lebanon VA Medical Center 1700 S. Lincoln Ave Lebanon, PA 17042 595 100 Corporal Michael J. Crescenz VAMC 3900 Woodland Ave Philadelphia, PA 19104 642 100 VA Pittsburgh Healthcare System University Drive Pittsburgh, PA 15240 646 80 Wilkes-Barre VA Medical Center 1111 East End Blvd Wilkes-Barre, PA 18711 693 40 Wilmington VA Medical Center 1601 Kirkwood Highway Wilmington, DE 19805 460 80 Description of Service The Contractor will supply a personal monitoring device that when activated sends a signal to its monitoring station. The monitoring station evaluates the emergency call and notifies the nearest 911 and emergency services and provides them the location of the emergency. The monitoring device must be in the form of an identification badge or some other innocuous device that an individual would not observe to be a monitoring device. The device/system must have the following features: Must be capable of discreetly initiating one-way communication monitored by the vendor for situational evaluation. Must have check-in feature with recording feature that indicates the user s precise location. The user recording is readily available by the monitoring station for more precise locational data during an emergency response. The check-in feature must also start a 2-hour timer which is monitored and when exceeded initiates an escalation protocol by the monitoring company. Prior to exceeding the 2-hour timer the monitoring station sends a signal to initiate multiple vibration pulses to alert the user that their timer is about to expire. The user then can discreetly push a button on the back of the device to stop the timer and when pushed again initiates another 2-hours. When the worker exceeds the 2-hour timer limit without checking in, the monitoring station sends a signal to initiate multiple vibration pulses to alert the user that their timer has expired, requiring the worker to check in.� if they still don t check in, then an escalation list of phone numbers is called by the monitoring station until the worker s safety has been established. Must have check out feature stops the timer from counting down. Must have at home feature a one button feature that sends a signal to the monitoring station that the EE has arrived at home/home base safely. This feature must be integrated into the workforce monitoring platform so that an end of day report is sent by the monitoring station to each of the identified supervisors. Must have a 2-hour timer reset button. Must have an emergency button feature. Must have an emergency pull away lanyard feature (rip cord alarm). Must be able to send GPS location when emergency button is pushed and opens a one-way communication channel with the monitoring station. Vendor must have an Emergency dispatch Center monitoring 24/7/365. Device must have a discreet design. Device must be able to be activated quickly and discreetly. System must have an online management program to track usage and end of day personnel verification. Supervisor to receive daily/weekly status reports Initial User, Supervisor and Annual Refresher training of device and web-based software Prior to the start of the Period of Performance, the Contractor shall work with the FCORs to establish the initial amount of requirement up to the number of units without going over. This is subject to change throughout the term of the contract based upon the needs of the facility. Work Hours 24/7 On-call, active every day. Contractor Shall inform the FCORs immediately of any issue that would impact the contract performance. Payment and Billing Contractor shall submit Medical Center specific monthly fee invoices to the IPPS electronically at https://www.tungsten-network.com/US/en/veterans-affairs/ . Invoices shall include at a minimum: Contractor Name and address Contractor invoicing point of contact telephone number and email address Invoice number and date Purchase Order number covering the invoiced dates of service Date(s) of service Location of Service Description, quantity, unit of measure, unit price and extended price of the items delivered Amount due for the provided services Frequency of billing: monthly Government Responsibilities Government Furnished Property (GFP) will not be provided FCOR s and FPOC s when applicable, will be identified for each participating Medical Center. A VISN04 Contracting Officer Representative and alternate will also be appointed. A list of these individuals will be provided to the Contractor after contract award. Orders This is a Fixed Price (FP) Indefinite Delivery/Indefinite Quantity (IDIQ) contract (see FAR 52.216-22). Task Order Procedures: This contract type allows the Veteran Affairs Network Contracting Office 4 (NCO 4) Contracting Officers to place orders with the contractor on an as needed basis. In accordance with the Federal Acquisition Regulation (FAR) Clauses 52.216-18, Ordering. NCO 4 will obligate the funding and order the services by issuing a task order. Contractor shall initiate work when directed by a Task Order issued by the Contracting Officer. No work under any Task Order shall be performed unless specifically authorized by the Contracting Officer. Approval of a Task Order shall not constitute approval to exceed any item listed in the contract or general provisions of the contract. The Contractor shall not exceed the Task Order amount or change the Task Order without prior written approval from the Contracting Officer. Task Order Issuance Procedure: The terms that apply to the issuance of Task Orders under this contract are set forth below: The estimated frequency at each facility shall be set forth in each task order. The contractor shall not exceed the frequency obligated for each task order without prior approval of the Contracting Officer. The total amount of all task orders shall not exceed the maximum contract amount. Task Order Pricing: Task Order prices shall be Fixed-Price (FP) as agreed to in the contractor s schedule and individually funded. The unit price is an all-inclusive cost. If the contract Period of Performance (POP) is extended using FAR Clause 52.217-8, the specified rates under this clause will be those rates in effect under the contract each time an option is exercised under this clause. Task Order Performance Period: Each task order shall have an established period of performance or delivery date. Individual Task Order shall not exceed a 12-month period.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/361a23c046a14627a4dc36de57d6f9ef/view)
 
Record
SN05564740-F 20200220/200218230139 (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 |
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.