SOURCES SOUGHT
70 -- CIS Databridge Software Maintenance and Support
- Notice Date
- 8/17/2022 1:36:19 PM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q1565
- Response Due
- 8/23/2022 11:00:00 AM
- Archive Date
- 09/07/2022
- Point of Contact
- Peter Burke, Contract Specialist
- E-Mail Address
-
peter.burke@va.gov
(peter.burke@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. Responses to this notice must be in writing. This announcement is for market research purposes, to make appropriate acquisition decisions, and to gain knowledge of potential businesses interested and capable of providing the supplies/services described below. The Southern Arizona VA Health Care System (SAVAHCS) requires support for its CIS ARK DSS DataBridge Interface. The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide annual preventive maintenance and corrective repair service on-site for the equipment and systems as defined in the Statement of Work (SOW) (see below for SOW). The SAVAHCS is located at 1601 S 6th Ave in Tucson, AZ 85723. If your company is interested and can provide the required service(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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. (3) Is your company considered small under the NAICS code 541519? (4) Please provide the contract type and number for the NASA SEWP V contract holder. (5) Are the referenced items/solutions available on your NASA SEWP V schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this announcement. 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 Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, 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 541519 ($30,000,000). Responses to this notice shall be submitted via email to peter.burke@va.gov. Telephone responses will not be accepted. Responses must be received no later than 08/23/2022 11:00 AM PST. After review of the responses to this announcement, a solicitation may be published on the FedBizOpps or NASA SEWP websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers to participate in the solicitation process. 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. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov. Statement of Work CIS ARK DSS DataBridge Interface Support The Southern Arizona VA Health Care System (SAVAHCS) requires support for its CIS ARK DSS DataBridge Interface. The contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items necessary to provide annual preventive maintenance and corrective repair service on-site for the equipment and systems listed below for the Southern Arizona VA Health Care System (SAVAHCS) and as defined in this Statement of Work (SOW). The Southern Arizona VA Health Care System purchased a perpetual license for its CIS ARK DataBridge Interface. However, continued support is needed to maintain this interface. Required Services: The contractor shall provide unlimited telephone support with 24x7 coverage The contractor shall provide bug fixes. The contractor shall provide minor release upgrades. The contractor will perform preventive maintenance (PM) inspection on equipment/systems as provided for in the contract agreement. PMs will be accomplished in accordance with the Original Equipment Manufacturer (OEM) recommendations. Must use OEM certified parts and service engineer/technicians must be OEM trained on all equipment included in agreement. Travel and labor included. 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. Security: Security Requirements for Unclassified Information: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. Services provided under this contract do not require the connection of one or more contractor-owned IT devices (such as a laptop computer or remote connection from a contractor system) to a VA internal trusted (i.e., non-public) network. Therefore, Certification and Accreditation (C & A) requirements do not apply, and a security accreditation is not required for this contract. Services provided under this contract do not involve equipment that stores, generates, transmits or exchanges sensitive data. The contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Over and Above Repairs/Emergency Maintenance: The contractor shall provide unlimited telephone technical support with 24x7 coverage. These service calls shall be used for any maintenance or repair service. For the emergency services, repairs and maintenance that are over and above the SOW, if quote pricing is within the COR s Government Purchase Card (GPC) threshold, the COR will authorize payment. For emergencies over the COR s GPC threshold, only the Contracting Officer (CO) is authorized to approve contract modifications. Additional services shall be approved by the Contracting Officer prior to the contractor initiating any work. The contractor shall provide an on schedule- quote to both the CO and COR for review and consideration. Additional funding will be provided by the facility as-needed for payment. Performance: Hours: Normal duty hours are 8:00 a.m. through 4:30 p.m., Monday through Friday, not including federal holidays. Whenever contact with Biomedical Engineering is required outside of normal duty hours, the Utility System Repair Operator (USRO) may be contacted as an alternate. The hospital operator at extension ""0"" can contact the USRO operator via radio. Delivery of services shall be coordinated through the Biomedical Engineering located at: Southern Arizona VA Health Care System 1601 S 6th Ave Tucson, AZ 85723 Telephone Response Time: The contractor's field service engineers (FSE) or Technical Support must respond by phone within four (4) hours after receipt of telephoned notification. The Biomedical Engineering Department can be contacted at (520) 792-1450 x16679. All contractor personnel (without exception) must report to the Biomedical Engineering Department, Bldg. 38-room A22, to sign in and receive a contractor identification badge before any work is performed and return to the same location to sign out and turn-in said badge along with the documented service report (as described in Documentation section below) for the service performed. Response: All requests for repair service will be considered requests for emergency service unless a statement to the contrary is made by the COR, POC or designee. A competent service representative adequately equipped with tools, test instruments, service manuals, and repair parts will arrive at the SAVAHCS within the designated response time. The service representative may contact VA staff by phone before arrival at the SAVAHCS. Such contacts, however, will not serve to alter the requirements for arrival on-site except when the request for service is withdrawn by Biomedical Engineering. Documentation: Service reports will be provided for all service activities within 3 business days to VHATUCBiomedFSR@va.gov including preventive maintenance, emergency repair, and safety inspections, and must 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. Performance Monitoring: The Agency shall oversee work done by the contractor and accept the quality of work as appropriate. Failure to carry out the above procedures will be considered as a failure to document the service visit and will constitute a failure to perform. Removal of Equipment: Whenever possible, all repairs and preventive maintenance will be performed at the SAVAHCS. When that is not possible, the COR, POC or designee may give approval for service work to be done at another location. All transportation charges will be borne by the contractor. VA property may not be removed from the SAVAHCS prior to execution, and approval of all documents as required by Logistics Service. Computer hard drives and other storage media items may not leave VA property. Requirements for service reports for designated equipment not at this location are the same as for work done on-site. Service reports for incoming equipment will be presented for signature at the time of delivery. If equipment is returned via commercial carrier, the service report may be included with the shipment. Government Repairs: Government employees will work on contract equipment only with authorization of the contractor or following the failure of the contractor to respond. The government is not obligated to perform any work on contract equipment. Prior Inspection of Equipment: Potential contractors may, at their own expense, inspect equipment covered by this solicitation (ref 52.237-1 SITE VISIT). Arrangements must be made in advance with Biomedical Engineering (see Performance section, above). Guarantee: The contractor will guarantee workmanship and all parts furnished by the contractor for a period of not less than 90 days VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Amended October 25, 2021) 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: 1) If fully vaccinated, shall show proof of vaccination. i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination. 2) If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the COVID-19 Screening Tool. Check regularly for updates. a. Contractor employees who work away from VA locations, but who will have direct contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance, each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. 4. For indefinite delivery contracts: Contractor agrees to comply with FAR 52.232-99 and VHA Supplemental Contract Requirements for any task or delivery orders issued prior to this modification when performance has already commenced. ITEM INFORMATION Clinical Information Systems (CIS) DataBridge Suite Hospital Perpetual license software subscription maintenance and support with 24 x 7 coverage. Includes bug fixes, minor release upgrades. Mfg. Part#: CIS-DATABRIDGE-M Contract Period: Base Year POP Begin: September 28, 2022 POP End: September 27, 2023 Clinical Information Systems (CIS) DataBridge Suite Hospital Perpetual license software subscription maintenance and support with 24 x 7 coverage. Includes bug fixes, minor release upgrades. Mfg. Part#: CIS-DATABRIDGE-M Contract Period: Option Year 1 POP Begin: September 28, 2023 POP End: September 27, 2024 Clinical Information Systems (CIS) DataBridge Suite Hospital Perpetual license software subscription maintenance and support with 24 x 7 coverage. Includes bug fixes, minor release upgrades. Mfg. Part#: CIS-DATABRIDGE-M Contract Period: Option Year 2 POP Begin: September 28, 2024 POP End: September 27, 2025 Clinical Information Systems (CIS) DataBridge Suite Hospital Perpetual license software subscription maintenance and support with 24 x 7 coverage. Includes bug fixes, minor release upgrades. Mfg. Part#: CIS-DATABRIDGE-M Contract Period: Option Year 3 POP Begin: September 28, 2025 POP End: September 27, 2026 Clinical Information Systems (CIS) DataBridge Suite Hospital Perpetual license software subscription maintenance and support with 24 x 7 coverage. Includes bug fixes, minor release upgrades. Mfg. Part#: CIS-DATABRIDGE-M Contract Period: Option Year 4 POP Begin: September 28, 2026 POP End: September 27, 2027
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e2d3049151347529a9164242c1725d7/view)
- Place of Performance
- Address: Southern Arizona VA Healthcare System 1601 S 6th Ave, Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN06431607-F 20220819/220817230134 (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 |