SOURCES SOUGHT
D -- Consolidated Mail Outpatient Pharmacy (CMOP) Asset Tracking (AT) and Temperature Monitoring (TM) Sustainm
- Notice Date
- 4/21/2020 12:52:43 PM
- Notice Type
- Sources Sought
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B20Q0254
- Response Due
- 4/28/2020 12:00:00 AM
- Archive Date
- 06/27/2020
- Point of Contact
- CO: Iris Farrell / Iris.Farrell@va.gov CS: John Vardouniotis/Ioannis.Vardouniotis@va.gov
- E-Mail Address
-
Ioannis.Vardouniotis@va.gov
(Ioannis.Vardouniotis@va.gov)
- Awardee
- null
- Description
- Request for Information CMOP RTLS AT TM Sustainment VA-20-00033467 Introduction This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. The information provided may be used by the VA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. 2. Submittal Information: All responsible sources may submit a response in accordance with the below information. There is a page limitation for this RFI of 10 pages. The Government will not review any other information or attachments included, that are in excess of the 10-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. In addition, if the RFI response is not specific to the attached PWS, it will not be considered. Submit your response via ATOMS by the time and date indicated therein. Interested T4NG Prime Contractors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company Address Point of Contact Phone Number Fax Number Email address Company Business Size and Status For VOSB and SDVOSBs, proof of verification in the Vendor Information Pages (VIP). NAICS code(s) Socioeconomic data Data Universal Numbering System (DUNS) Number Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: The contractor shall provide proof or certificate of established reseller level partnership agreement with Centrak; asset tracking and environmental monitoring manufacturer and Intelligent InSites; business intelligence software manufacturer. Contractor shall attach evidence to be viewed by the Government to be considered as part of the Market Research and responsive to this RFI notice. Does the Contractor possess capability to provide certified and trained technicians to provide operation and maintenance (O&M) sustainment services for both the RTLS production and RTLS Pre-production environments, O&M sustainment services inclusive of all RTLS primary and backup systems and components and O&M sustainment services for hardware and software components and quantities identified below. Site Server SAN AT Tags EM Probes EM Amb Tag VW + Monitor LF Exciter Star 761-Chelmsford 2 1 2500 13 47 266 108 14 762-Tucson 2 1 2452 12 10 226 16 14 763-Dallas 2 1 1439 5 6 83 49 18 764-Murfreesboro 2 1 2195 5 13 164 32 13 766-Charleston 2 1 1609 6 12 155 14 12 Contractor shall attach evidence to be viewed by the Government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess the capability to obtain software/license for the following? Manufacturer Software Name Centrak Centrak Suite HPE HPE_MSA Remote Snap Software Intelligent InSites Intelligent InSites Asset Management Intelligent InSites Suite Intelligent InSites Temperature Monitoring Microsoft Microsoft SQL Server Red Hat Red Hat Linux Operating System VMware VMware vSphere Enterprise ESX Contractor shall attach evidence to be viewed by the Government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess all license/certification for (OEM) to service proprietary equipment? Contractor shall attach evidence/copy of license/certification to be viewed by the Government to be considered as part of the Market Research and responsive to this Sources Sought notice. Contractors shall also provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and Data Universal Numbering System (DUNS) Number. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. Provide in your capability statement a list of active contracts for commercial, federal, state, and local Governments. List Contracts shall provide communication on the Government requirement illustrating the capability for comparison. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. How many years of Relevant Experience to the Government requirement do your company possess? Provide a short summary of your potential approach to this type of contract and meeting the specific requirements per the draft PWS and your experience managing similar contracts with similar requirements for CMOP. NOTE: Technical questions may be submitted as part of your response, however, questions directed to the customer are prohibited. Small businesses should also include information as to: Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-10 (JUL 2019) (DEVIATION) VA Notice of Total SDVOSB and 13 CFR �125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Your response shall include information as to available personnel and financial resources; full names of proposed team members and the PWS requirements planned to be subcontracted to them, which must include the prime planned percentage or the names of the potential team members that may be used to fulfill the set aside requirement. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. ______ YES _______ NO (if No, answer question c) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. In the event that ATOMS is unable to be utilized, please email to Debra Davis, Contract Specialist at Debra.Bryce-Davis@va.gov and Iris Farrell Contracting Officer at Iris.Farrell@va.gov. Please note RFI (TAC# and Title) in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/643fd43019c9465b9417635722b391aa/view)
- Place of Performance
- Address: VA CMOP facilities;See PWS 4.0 Place of Performance, USA
- Country: USA
- Country: USA
- Record
- SN05631327-F 20200423/200422060435 (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 |