SOURCES SOUGHT
70 -- RapidAI iSchemaView Software Licenses OR EQUAL TO
- Notice Date
- 5/19/2023 6:38:12 PM
- Notice Type
- Sources Sought
- NAICS
- 621512
— Diagnostic Imaging Centers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26223Q1107
- Response Due
- 6/1/2023 11:00:00 AM
- Archive Date
- 07/01/2023
- Point of Contact
- Dyne Kim, Contract Specialist, Phone: 562-826-8000
- E-Mail Address
-
dyne.kim@va.gov
(dyne.kim@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) 36C26223Q1107 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). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 621512 (size standard is $16.5 Million). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source 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 Rapid AI iSchemaView Software Licenses OR EQUAL TO that at a minimum meets the following salient characteristics in the Statement of Work for the VA PHOENIX HEALTHCARE SYSTEM: Item Number Description/Part Number Quantity Unit of Measure Unit Price Amount 0001 RapidAI iSchemaView Software Licenses & Maintenance OR EQUAL TO 1 EA TOTAL Include shipping cost on the items price. Vendor Requirements: Period of Performance is as follows: Base Year: 7/1/2023-6/30/2024 Option Year 1: 7/1/2024-6/30/2025 Option Year 2: 7/1/2025-6/30/2026 Option Year 3: 7/1/2026-6/30/2027 Option Year 4: 7/1/2027-6/30/2028 Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the Statement of Work (SOW). Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. Performance Work Statement RapidAI Service Contract Phoenix Veterans Affairs Health Care System (PVAHCS) Purpose: The Phoenix VA Health Care System (PVAHCS) requires a service agreement to provide licenses and maintenance for RapidAI iSchemaView Software Licenses OR EQUAL TO. Background: PVAHCS Biomedical Engineering supports the RapidAI server and software used by the Stroke program. The Phoenix VA does not have the expertise to maintain the software and must depend on the vendor. Required Services The Contractor shall provide a letter of authorization from RapidAI confirming its status as a RapidAI authorized distributor capable of providing for iSchemaView software licenses. The Contractor shall be responsible for maintaining the software in accordance with the manufacturer s recommendations. The Contractor shall be responsible for upgrades, updates, enhancements, and installations. The Contractor shall verify that the equipment that was serviced is fully functional before closing a ticket. The Contractor shall deliver an electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results to Agency, see paragraph 4. Service technicians shall be certified to perform services 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. 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. 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. Security: In reference to VHA Handbook 6500.6 Appendix A, Block 6, the service included in this contract does involve connection of IT devices to a VA network. In reference to VHA Handbook 6500.6 Appendix A, Block 7, service does not involve storing, generating, transmitting, or exchanging VA sensitive information. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information protection, patient privacy, and information system security as delineated in this contract. 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. Risk Control: The Contractor shall be virtually escorted by the Agency during maintenance sessions. Performance Monitoring: The Agency shall oversee work done by the contractor and accept the quality of work as appropriate. Guarantee The contractor shall guarantee workmanship and all parts furnished by the contractor for a period of not less than 30 days Place of Performance: Delivery of services shall be coordinated through the Biomedical Engineering located at: Phoenix VA Health Care System 650 E. Indian School Rd. Phoenix, AZ 85012 Hours of Coverage: Normal hours of coverage are Monday through Friday from 7:00 am to 4:00 pm local time, excluding federal holidays. All service shall be performed during normal hours of coverage unless requested or approved by the SME in coordination with the COR. Work performed outside the normal hours of coverage shall be approved by the Contracting Officer. Funding for services that are outside the normal coverage hours or on holidays shall have approved modification prior to any service being allowed. NOTE: All software modifications, upgrades, updates, enhancements, installations etc., for the enclosed inventory listing shall be scheduled and performed during normal hours of coverage at no additional charge to the government. Federal Holidays observed are located at the following link: https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ Period of Performance: Base Year: 7/1/2023-6/30/2024 Option Year 1: 7/1/2024-6/30/2025 Option Year 2: 7/1/2025-6/30/2026 Option Year 3: 7/1/2026-6/30/2027 Option Year 4: 7/1/2027-6/30/2028 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. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates 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), Hub zone, 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 regard 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 dyne.kim@va.gov. Telephone responses shall not be accepted. Responses must be received no later than June 1, 2023, at 11:00 AM Pacific Time. 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. Please reference 36C26223Q1107, RapidAI iSchemaView Software Licenses.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03e3616bc68e4452a571318065d6b83d/view)
- Place of Performance
- Address: VA Phoenix Health Care System 650 E. Indian School Road, Phoenix 85012-1839
- Zip Code: 85012-1839
- Zip Code: 85012-1839
- Record
- SN06689299-F 20230521/230519230114 (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 |