SOURCES SOUGHT
70 -- TELECARE RECORD MANAGER PLUS
- Notice Date
- 7/13/2020 11:18:29 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q1109
- Archive Date
- 07/28/2020
- Point of Contact
- Ryan.Singletary@va.gov, Ryan Singletary, Phone: 562-766-2234
- E-Mail Address
-
Ryan.Singletary@va.gov
(Ryan.Singletary@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Thursday, July 16, 2020 at 11:00 a.m. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 511210. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide licenses and support for Telecare Record Manager Plus that at a minimum meets the requirements with a brand name match for VA Greater Los Angeles, San Diego, Loma Linda, Long Beach, Albuquerque, Prescott, Tucson, and Phoenix Healthcare Systems. The VHA has purchased a license for DSS Product Telecare Record Manager Plus. VHA is in need of vender who can provide continued support and maintenance for this software. Period of Performance: September 1, 2020 August 31, 2021 (12 months from the date award plus four option years.) Needed line items: Manufacturer Quantity CLIN Description Document Storage Systems, Inc. 3 TRM PLUS-M Telecare Record Manager Plus Medium Hospital Limited License Document Storage Systems, Inc. 3 TRMSQL PLUS-L Telecare Record Plus Reporting SQL Database Limited License Document Storage Systems, Inc. 3 TEDP-T3-LL Triage Expert Dual Purpose - Tier Three. Annual limited license. Unlimited nurse users with licensed VISN. Includes technical support, application updates and regular web based training. Document Storage Systems, Inc. 1 TRM PLUS-S Telecare Record Manager Plus Small Hospital Limited License Document Storage Systems, Inc. 1 TRMSQL PLUS-L Telecare Record Plus Reporting SQL Database Limited License Document Storage Systems, Inc. 1 TEDP-T3-LL Triage Expert Dual Purpose - Tier Three. Annual limited license. Unlimited nurse users with licensed VISN. Includes technical support, application updates and regular web based training. Document Storage Systems, Inc. 4 TRM PLUS-L Telecare Record Manager Plus Large Hospital Limited License Document Storage Systems, Inc. 4 TRMSQL PLUS-L Telecare Record Plus Reporting SQL Database Limited License Document Storage Systems, Inc. 4 TEDP-T3-LL Triage Expert Dual Purpose - Tier Three. Annual limited license. Unlimited nurse users with licensed VISN. Includes technical support, application updates and regular web based training. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, July 16, 2020 at 11:00 a.m. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a58926423f394804ba3be8d7d634c3a2/view)
- Place of Performance
- Address: VISN 22 Stations 90822, USA
- Zip Code: 90822
- Country: USA
- Zip Code: 90822
- Record
- SN05719677-F 20200715/200713230153 (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 |