Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
SOURCES SOUGHT

D -- RFI for Medical Scanning Devices (VA-20-00039162)

Notice Date
6/1/2020 12:07:24 PM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
 
ZIP Code
78744
 
Solicitation Number
36C10A20Q0172
 
Response Due
6/5/2020 10:00:00 AM
 
Archive Date
07/05/2020
 
Point of Contact
Luke Makenzie, Luke Makenzie luke.makenzie@va.gov, Phone: 512-981-4406
 
E-Mail Address
Luke.Makenzie@va.gov
(Luke.Makenzie@va.gov)
 
Awardee
null
 
Description
Securing Medical Devices Demonstration Request for Information (RFI) Page 2 of 3 Introduction The purpose of this Request for Information (RFI) is for market research from Original Equipment Manufacturers (OEMs) to determine industry s capability to meet the Department of Veterans Affairs (VA) requirements for securing Medical Devices and ancillary Special Purpose Systems. The mission of the VA is to provide benefits and services to Veterans of the United States.  In meeting these goals, the Office of Information and Technology (OIT) strives to provide high quality, effective, and efficient Information Technology (IT) services to those responsible for providing care to the Veterans at all the touch points of all VA facilities in an effective, timely and compassionate manner.  To provide these services, VA s, Information Technology Operations and Service (ITOPS), operates and maintains IT within 220 VA medical facilities, and their associated remote offices, with 1.5 million endpoints. This RFI is issued for information and planning purposes only and does not constitute a solicitation, nor does it restrict the government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the government to form a binding contract. Any contract that might be awarded based on information received or derived from this market research will be the outcome of the competitive process. The purpose of this RFI is to obtain market information on capable sources of supply, industry practices, and input specific to the information provided. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the interested vendor's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal (RFP), if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. SCOPE OF WORK The Contractor shall plan, deploy and support as a Commercial-Off-The-Shelf (COTS) solution for Internet of Things (IOT), Internet of Medical Things (IOMT) medical devices in the facilities specified in the Veterans Affairs (VA) architecture document in a VA enterprise deployment of the IOMT solution. The Contractor shall provide VA total enterprise of up to 2.5 million endpoints across VA, Veterans Benefits Administration (VBA), Veterans Health Administration (VHA), Veterans Affairs Central Office (VACO), National Cemetery Administration (NCA) with a secure, integrated IOMT solution to include hardware, software, documentation, and incidental services to authorized VA users across the enterprise. Incidental services include training, warranty and maintenance (including help desk) services. Hardware and software delivery and installation, as well as performance of associated training, warranty, maintenance, and documentation shall be required at continental United States (CONUS) and outside the continental United States (OCONUS) Government sites in Hawaii, Alaska, Puerto Rico and Manila, Philippines. The contractor shall provide planning and implementation of Initial Operating Capability (IOC) within 90 days of award at the Charleston, SC VA Medical Center (VAMC) in Zone 4 as the initial site with up to 500,000 end points total. With follow on completion of the remaining 4 zones with up to 500,000 endpoints estimated per zone, as prioritized by the Contractor Officer s Representative (COR). Full Operational Capability (FOC) will be implemented within 360 days of award. Response Instructions For RFI purposes, VA is requesting responses from Original Equipment Manufactures only (not resellers or integrators). Please submit the below requested information by 12:00 PM (Noon) EST on June 5, 2020 via email to Luke.Makenzie, Contract Specialist, at luke.makenzie@va.gov . VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this announcement, please contact Luke Makenzie at 512-981-4406 General Company Information Include the following identification information Company Name CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of contact name Telephone number Email address If you provided a response to the previous RF I 36C10A20Q0080, please address the following only: The intent and ability to meet set-aside (SDVOSB, VOSB, SB, etc.) requirements for performance of this effort, if applicable. Information as to proposed teaming arrangements, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted, if applicable. Whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible small business firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% requirement. Please identify any contract vehicles you currently have for which this requirement may be within scope (e.g. GSA FSS, NASA SEWP, VETS GWAC, T4NG, etc.). Rough Order of Magnitude, if available Please provide any questions, recommendations, or other feedback you may have regarding this requirement. If you did not previously respond to the RFI, please also address the following: Submit a capability statement of your company s ability and understanding of providing a solution that meets the above functional requirements. Please describe your solutions ability to interface with 3rd party and other existing VA solutions and applications including but not limited to the following: Active Directory Cisco ISE Forescout HW Asset Management Software Mfg. (Nuvolo, etc.) Infoblox Palo Alto Firewall Service Now (SNow) VA's CMMS, SIEM Splunk Please describe the licensing strategy for your solution. Please describe scalability and impacts to network with the deployment of your solution to meet VA enterprise requirements. Please describe your network connectivity requirements and solution architecture. Please provide comments, recommendations, or questions regarding the strategy and attached agreement. Responses should be a maximum of 10 pages, using a page size 8.5 by 11 inches with 1 inch margins, single space paragraphs, with minimum font size/style 12 point Times New Roman font for text, 9 point minimum size Arial or Times New Roman font for tables, and 8 point minimum size Arial or Times New Roman font for graphics, maps, charts, graphs, diagrams, or figures. Tables and graphics may be landscape; all other text must be portrait. All proprietary/company confidential material shall be clearly marked on every page that contains such.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/56afcd20c6a24815a7427cc5ef6846f4/view)
 
Record
SN05676361-F 20200603/200601230148 (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.