Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 16, 2022 SAM #7442
SOURCES SOUGHT

70 -- RTLS Asset Tracking and Inventory Management System

Notice Date
4/14/2022 3:07:00 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
36C10A22Q0133
 
Response Due
4/20/2022 2:00:00 PM
 
Archive Date
07/28/2022
 
Point of Contact
Richard Melton, Contract Specialist, Phone: 512-981-4479
 
E-Mail Address
Richard.Melton2@va.gov
(Richard.Melton2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice 36C10A22Q0133 Page 2 of 2 SOURCES-SOUGHT NOTICE Real Time Location System Asset Tracking Solution for the VA Caribbean Healthcare System This is a Sources Sought Notice only. This sources sought notice is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan (TEP), Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this notice. Your response to this notice 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 notice. This sources sought notice does not constitute a solicitation for quotes/proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. 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 sources-sought notice. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this notice must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-10 or 852.219-11, VA Notice of Total SDVOSB/VOSB Set-Aside; specifically the requirement for at least 50 percent of the cost of manufacturing or 50 percent of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and verification from the VA Center for Verification and Evaluation. It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort described in the paragraphs below. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. REQUIREMENT: The purpose of this sources-sought notice is to identify qualified contractors that can provide a Real Time Location System (RTLS) asset tracking solution to the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) VA Caribbean Healthcare System. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. RTLS technology combines a variety of signaling and wireless communication methods to determine the location of tagged assets which speeds up annual inventory, locates equipment, reduces theft/loss, and improves the clinical workflow. The Contractor shall provide an RTLS Asset Tracking Solution that meets the requirement as outlined below: The contractor shall provide RTLS solution to VA Caribbean Healthcare System in San Juan, Puerto Rico that shall include RTLS hardware, software, documentation, and incidental services at the VA Caribbean Healthcare System (VACHS). Incidental services shall include installation, configuration end user acceptance testing, training, warranty, maintenance services and technical engineering services. Project management to include delivering a Contractor Project Management Plan; Monthly Progress Report; and Technical Kickoff Meeting Presentation, Agenda, and Minutes Site pre-assessment/assessment delivering a RTLS Site Assessment Report RTLS Design to include time stamping, installing all RTLS supporting hardware and components, and delivering a Hardware Deployment Design Document CenTrak Hardware and Physical installation: Clinical Grade Locating, Infrared Infrastructure to cover 70 rooms/spaces and 1,900 MultiMode asset tags. Low Frequency Exciters, and Virtual Walls. CenTrak Services, to include: Engineering: Survey, Design, Installation, Configuration, Certification & Testing Program Management & Training Affixing 50% of 1,900 asset tags Software/Middleware installation, configuration and testing Travel Software and installation to include: CenTrak Connect: Core, Stream, Pulse and upgrades CenTrak-Cisco Mobile Security Engine (MSE) Integration Module Active Directory Sync Connector CenTrak Support, (annual and required) to include: Annual Software License and Support Additional Twelve (12) months Warranty Software maintenance/support/bug fixes/upgrades/patches Pulse Global Monitoring System (GMS) Management, Monitoring & Maintenance Tech support and troubleshooting Additional software that provides real-time visibility services for asset and workflow management, environmental monitoring, and staff and patient safety. The software must provide automated collection of location movements, workflow milestone timestamps, contextual status, and automated messaging. Additionally, the software must provide optional mobile application features for asset tracking, staff backup, and environmental monitoring. Implementation Services include software installation, configuration, rendering maps, wireframes and rejoining, map import, testing and user training. Configure locations and Servers using the existing VA National naming conventions. Configure RTLS devices within the additional software in #8 above. Tracking of all issues and incidents via an electronic ticketing system. Veterans Integrated System Technology Architecture (VistA) interface with Advanced Event Management System (AEMS)/Mobile Emergency Response System (MERS) Management System, Defense Medical Logistics Standard Support (DMLSS), and Department of Defense (Cerner) Post-Installation System Validation (facility acceptance testing) which provides the Performance Test Plan, Remediation Hardware Report, and Performance Test Report. Develop and provide a Facility Training Plan and deliver onsite or remote training, workshop, and consulting services to encompass system user training, technical maintenance and repair training, system administration training, and transition planning and manuals. Annual or multi-year Warranty Any travel is incidental VA is seeking sources capable of providing an RTLS Asset Tracking Solution that meets the requirement outlined above. If interested and capable of providing for this effort, please see How to Respond instructions below. HOW TO RESPOND: Responses should be as complete and informative as possible. Responses shall be limited to no more than 10 pages and include: Describe company s technical capabilities to meet the solution. Identify company name, address, email, and telephone number. Include a name, email, and the telephone number of a point of contact having the authority and knowledge to clarify responses with government representatives. Include the company s Unique Entity ID (UEI) number, CAGE code, and a statement regarding socioeconomic status (including business type (s)/certifications(s) such as Small Disadvantaged Businesses, 8(a) Business Development Program, Historically Underutilized Business Zone businesses, SDVOSB, Woman-Owned Small Businesses, etc.). Identify if your company is the Original Equipment Manufacturer (OEM) of the solution or a reseller? If you are the OEM, do you have resellers available? If you have resellers, please provide the company(s) UEI number and socioeconomic status. Identify any existing contract vehicle(s) and contract numbers your company currently holds for which this requirement would be within scope (i.e., General Services Administration, Government-Wide Acquisition Contract, National Aeronautics and Space Administration Solutions for Enterprise-Wide Procurement, etc.). Provide commercially available list pricing for the solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing. If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements. Indicate the likelihood of your company responding to a solicitation should this effort result in an acquisition. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. Respondents are requested to identify any additional information not specifically requested that you considered applicable to this Sources Sought Notice. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Responses shall be submitted via email to Richard Melton at Richard.Melton2@va.gov no later than 4:00 pm CST, April 20, 2022. Information submitted by any other method will not be considered.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/357e62b2ec554193b435ac371862c7f3/view)
 
Place of Performance
Address: VA Caribbean Healthcare System, San Juan
 
Record
SN06298957-F 20220416/220414234153 (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.