SOURCES SOUGHT
J -- Multisite - PICIS ARK and CIS Software
- Notice Date
- 6/29/2021 10:05:42 AM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- 258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
- ZIP Code
- 85212
- Solicitation Number
- 36C25821Q0271
- Response Due
- 7/16/2021 12:00:00 PM
- Archive Date
- 07/31/2021
- Point of Contact
- Contract Specialist, Eric Carroll, Phone: 602-795-5424
- E-Mail Address
-
Eric.Carroll@va.gov
(Eric.Carroll@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources-Sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of Large or small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-Owned Small Business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. The Phoenix VA Health Care System, Carl T. Hayden Medical Center has a requirement for maintaining the PICIS 8.6 Software as provided in the equipment list table below. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Business set aside. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is NAICS Code 541511 Custom Computer Programming Services. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application (ORCA). Additionally, all Service- Disabled Veteran-Owned Businesses or Veteran Owned Small Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail to Eric.Carroll@va.gov. All information submissions shall be received no later than 1:00 PM Mountain Standard Time on July 16, 2021. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published. Statement of Work/Performance Work Statement Background: Picis 8.6 is used by NMVAHCS, PVAHCS, and SAVAHCS to comply with the VA mandate to implement a Clinical Information System/Anesthesia Record Keeper (CIS/ARK). The software integrates the VistA/Clinical Patient Record System (CPRS) patient record with patient monitoring vital signs, ventilator readings, and anesthesia dosages. The uptime of the system is critical to patient care in the operating rooms, pre/post anesthesia units, step-down units, and intensive care units. This effort shall be a base plus four option year type contract. Required Services: The Contractor shall be responsible for software maintenance and support services. The Contractor shall be responsible for database administration services 24 hours per day, 7 days per week. Services include: applying service packs and patches, routine database defragmentation, managing SQL database server security, monitoring database growth, monitoring SQL database server and Windows error logs, resolving database consistency errors, restoring SQL database servers after failure, running consistency checks, setting up and monitoring database backup, troubleshooting for performance, and routine statistics updates. The Contractor shall verify that the equipment that was serviced is fully functional before closing the service case. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency, see paragraph 4. The Contractor shall inform the Contracting Officer Representative (COR) prior to adding or removal of equipment along with providing documentation for both equipment added or removed. The Contractor shall not remove any hard drives off station. All hard drives shall be turned into the COR. Service technicians shall be certified by Picis Clinical Solutions, Inc. to perform any services/maintenance on the enclosed specified equipment. Contractor shall provide documentation/copy of certification with proposal submittals and upon award. IAW 15 USC 657s and 13 CFR 125.6 - Limitations on Subcontracting, the Contractor shall perform over 50% of the work. FAR 52.217-8, Option to Extend Services: The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Noncontract Charges: The contractor shall not perform any services that shall result in additional charges without prior approval from the Contracting Officer. Payment: Payment shall be made in arrears, and upon receipt of a properly prepared invoice which references the period for which payment is due, the contract number and/or assigned purchase order number. The invoice shall include the correct payment address. Waste Removal: The contractor is responsible to remove and properly dispose of all waste related to the services provide on-site. Failure to carry out the above procedures shall be considered as a failure to document the service visit and shall constitute a failure to perform. This contract shall provide for the addition and removal of equipment, software, and services Deliverables: Filed Service Reports shall be provided for all service activities including preventive maintenance, emergency repair, and safety inspections, and Shall contain the following information: Date(s) and time period of service. Complete description of equipment serviced including model number and serial number. Complete description of equipment services performed including upgrades, updates and software changes made. Complete list of all materials, parts, or assemblies installed or replaced including serial numbers of parts where applicable. A statement of the complaint that initiated the service call. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the repair. Place of Performance: Delivery of services shall be coordinated through the Biomedical Engineering located at: New Mexico VA Health Care System 1501 San Pedro SE Albuquerque, NM 87108 Phoenix VA Health Care System 650 E. Indian School Rd. Phoenix, AZ 85012 Southern Arizona VA Health Care System 3601 S. 6th Ave. Tucson, AZ 85723 Period of Performance: Base Year: 10/1/2021-9/30/2022 Option Year 1: 10/1/2022-9/30/2023 Option Year 2: 10/1/2023-9/30/2024 Option Year 3: 10/1/2024-9/30/2025 Option Year 4: 10/1/2025-9/30/2026 Equipment Inventory Listing to be Supported: L/I SYSTEM/SOFTWARE Anesthesia Manager and Preop Manager PACU Manager Insight Anesthesia Document Link Inbound Interface for ARK Monitoring HL7 Inbound Interface for ARK VistA Clinical Integration Critical Care Manager eView Document Link Inbound Interface for ICU Monitoring HL7 Inbound Interface Database Administration services for Picis 8.6 test servers Database Administration services for Picis 8.6 live servers Database Administration services for Picis 8.6 database servers
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0dbd8cd5ad8245ffbe0c1a5cbd9b0ede/view)
- Place of Performance
- Address: VISN 22 New Mexico VA Healthcare System Phoenix VA Healthcare System Southern Arizona VA Healthcare System
- Record
- SN06046723-F 20210701/210629230153 (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 |