Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 13, 2023 SAM #7929
SOURCES SOUGHT

70 -- MiPACS Software 36C26223Q1420

Notice Date
8/11/2023 9:41:46 AM
 
Notice Type
Sources Sought
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1420
 
Response Due
8/25/2023 1:00:00 PM
 
Archive Date
10/24/2023
 
Point of Contact
SIMMS, JAMES, Contract Specialist, Phone: 562-766-2256
 
E-Mail Address
james.simms@va.gov
(james.simms@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) RFI# 36C26223Q1420 VHALB Healthcare System:  RFI Sources Sought for MIPACS SOFTWARE LICENSE 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). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses/incidentals associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI (number: 36C26223Q1420) only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 513210. Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought, a solicitation announcement may be published. Responses to this Sources Sought synopsis are not considered adequate responses for a solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this Sources Sought announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking to acquire: . At a minimum the requirement shall meet the following salient characteristics with Original Equipment Manufacturer (OEM) products (or service) for the VA Greater Los Angeles Healthcare System: Brand name (or equal) Info: Item Description Qty Unit Unit Price Total Price 1 SOFTWARE MiPACS DENTAL ENTERPRISE-VIEWERS (100+VOLUME COST HONORED FROM PRIOR PURCHASE). 20 EA $0.00 $0.00 2 MiPACS DENTAL ENTERPRISE-ANNUAL SUPPORT FIRST YEAR ANNUAL SUPPORT 1 EA $0.00 $0.00 Salient Characteristics The following aspects of the referenced equipment have been determined to be critically important to the deliverables procured products must meet the following specifications by name and description: Must be integrated/compatible with existing MiPACS platform/ Dental workstations used to create x-rays or review existing x-rays. (sensors previously purchased). Training and Trouble Shooting: The Contractor shall provide on-site implementation and training to include outreach and support services. The Contractor shall provide the contract information for a customer support agent or team that can be called or emailed within normal business hours. At no additional cost, service provider will provide system upgrades and ensure the upgrades are compatible with the VHA network. Performance Monitoring - Routine inspections by Facilities Personnel: On a quarterly basis the contractor will meet (in-person or conference call) with the COR and/or VHA Staff PACS team to discuss any operational issues. The Contractor shall provide the following data upon request. Government-Furnished Equipment / Government-Furnished Information: No government equipment will be used by the awarded Contractors. Payment and Invoicing: The contract is a firm fixed price. Other Pertinent Information or Special Considerations: Place of Performance: All work shall be scheduled during normal work hours (6:00 AM to 6:00 PM) Monday Sunday, Pacific Standard Time (PST), excluding Federal Holidays. Work shall not impact patient care services. If a holiday falls on Sunday, the following Monday shall be observed as the legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a legal holiday by U.S. Government agencies. Also included, would be any other day specifically declared by the President of the United States of America to be a National Holiday. Government Holidays observed include: New Year s Day 1 January Martin Luther King s Birthday . Third Monday in January Presidents Day Third Monday in February Memorial Day Last Monday in May Juneteenth . 19 June Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas Day 25 December Please indicate 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), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the warranty coverage? What is the manufacturing country of origin of these items? If you re a small business and you are an authorized distributor/reseller to the VA for the items identified above (or equivalent product/solution), please submit letter/documentation stating authorization/partnering from the manufacturer for bid to be considered for selection. Do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 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. 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? Please provide general pricing for your products/solutions for market research purposes. Please submit your capabilities in regards 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 james.simms@va.gov; 36C26223Q1420 in the subject line. Telephone responses shall not be accepted. Responses must be received no later than August 25, 2023, at 1:00 p.m. PST. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5eef698271fb40779a5232f51a18c3ff/view)
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS Greater Los Angeles VA Healthcare System 11301 Wilshire Boulevard, Los Angeles, CA 90073-1003, USA
Zip Code: 90073-1003
Country: USA
 
Record
SN06787844-F 20230813/230811230103 (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.