SOURCES SOUGHT
65 -- Interactive Patient Television System/541-21-2-250-0197 (VA-21-00047542)
- Notice Date
- 5/18/2021 7:41:24 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B21Q0311
- Response Due
- 5/27/2021 9:00:00 AM
- Archive Date
- 06/26/2021
- Point of Contact
- LaShell Garner, Contract Specialist, Phone: 732-795-1099
- E-Mail Address
-
lashell.garner@va.gov
(lashell.garner@va.gov)
- Awardee
- null
- Description
- Page 4 of 4 Request for Information (RFI) Interactive Patient Television System Cleveland VANEOHS This is a request for information (RFI) only. Do not submit a proposal. It is requested that all contractors interested in participating in this effort please note their interest and provide indication of their respective capabilities. This RFI is for planning purposes only and shall not be considered an Invitation for Bids, Request for Quotations, 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 Department of Veterans Affairs (VA) in developing its acquisition strategy and Performance Work Statement. 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. BACKGROUND: The VA North East Ohio Healthcare System (Cleveland VA Medical Center) is seeking a single vendor turnkey solution for an Interactive Patient Television System (IPTS). The Contractor shall provide a facility hardwire solution, facility television refresh, digital cable as a service (CaaS), and systems integration with existing and forthcoming healthcare information systems. This solution not only requires implementing an IPTS, but also the removal of the existing infrastructure in place in part with VA. RFI SUBMISSION INSTRUCTIONS: This is a Request for Information only. Do not submit a proposal or quote. If your company is capable of providing the services, please submit a Vendor Capabilities Statement that includes a description of the capabilities/qualifications/skills your company possesses to perform this work, specifically to include identification of the proposed COTS product(s) and product overview. The following information must be provided along with your statement of capabilities: 1) General Information: Name of Company: Address: Point of Contact: Phone Number: Fax Number: Email address: Company Business Size and Status: NAICS code(s): DUNs#: CAGE Code#: 2) Please identify any GSA Schedules, Federal Supply Schedules, or Governmentwide Acquisition Contracts (GWAC) you currently hold, or resellers on such vehicles you partner with, under which the product(s) you are proposing are available and any Past Performance with the Department of Veteran Affairs. 3) Please provide supporting information that demonstrates your capability in providing an Interactive Patient Television System solution which meets the minimum requirements outlined in the draft Performance Work Statement. In your response, please address the following: a. Proficiency in providing a digital Internet Protocol Television (IPTV) cable television solution at the facility/hospitality/hospital level. b. Ability to provide a facility hardware solution using the BICSI standard with complete project management and the use of a contract project management plan. c. Capability of entering a Service Level Agreement (SLA) with a geographically dominant Cable Television Provider and securing Contractor managed CaaS for the duration of the contract lifetime. d. Capability of a facility television refresh of all available medical center televisions (common area and patient room) ranging from 15 to 65 with any combination of mounting hardware (swing arm, wall, surface, and ceiling) in a facility with nearly 700 cable television end points. e. Capability of performing on-site education and customer service (soft-skills) elements while exchanging televisions (all types) as the project unfolds. f. Exchanging interactive pillow speakers ensuring proper integration with a Hill-Rom facility nurse page system. g. Describe what user training is available for your proposed solution that can be provided through the VA s Talent Management System, which can be accessed On-Demand, multiple times, without incurring additional charges. h. Ability of the IPTS to track patient Admissions, Discharges and Transfers (ADTs). i. Ability to interface with electronic health records, including CPRS and Cerner. j. Is the integration of the IPTS centrally managed and scalable from and application stand-point? 4) Mark your response as Proprietary Information if the information included is considered to be business sensitive and/or includes trade secrets. 5) Small businesses should also include information as to: The intent and ability to meet set-aside requirements for performance of this effort, if set-aside, as set forth in Veterans Affairs Acquisition Regulation (VAAR) 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB Set-Aside and VA Notice of Total VOSB Set-Aside, respectively, and 13 CFR §125.6, the contractor will not pay more than 50% of the amount paid by the Government to it to firms that are not SDVOSBs or VOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION). Please note that in accordance with 13 CFR §125.6 limitations on subcontracting requirements, demonstrate how you will not pay more than 50% of the amount paid by the Government to it to firms that are not similarly situated. 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. SUBMISSION: It is requested that interested contractors submit a response (electronic submission) of no more than 10 pages in length, single spaced, 12-point font minimum that addresses the above information. In response to the RFI, interested Contractors shall submit the above information by 12:00PM ET on May 27, 2021, via email to LaShell.Garner@va.gov and David Sette, Contracting Officer, at David.Sette@va.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/11698ac579084f898ded6f68ffe94004/view)
- Record
- SN06006279-F 20210520/210518230121 (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 |