Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2024 SAM #8102
SOURCES SOUGHT

70 -- VA Modernized Messaging (VA-24-00040540)

Notice Date
1/31/2024 6:49:28 AM
 
Notice Type
Sources Sought
 
NAICS
517121 —
 
Contracting Office
TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
 
ZIP Code
07724
 
Solicitation Number
36C10B24Q0168
 
Response Due
2/14/2024 9:00:00 AM
 
Archive Date
05/23/2024
 
Point of Contact
Miosotis Gonzalez, Contract Specialist
 
E-Mail Address
Miosotis.Gonzalez@va.gov
(Miosotis.Gonzalez@va.gov)
 
Awardee
null
 
Description
36C10B24Q0168 Sources Sought Notice VA Modernized Messaging Introduction: This is a Sources Sought Notice issued for conducting Market Research and eliciting industry s input as to the Government s requirement only. Accordingly, this notice constitutes neither a Request for Quote (RFQ) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. The Department of Veterans Affairs (VA) is not, at this time, seeking proposals or quotes, and therefore, will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract/order, nor does the Government intend to pay for any information submitted because of this request. The Government does not reimburse respondents for any costs associated with the submission of the information being requested or, reimburse expenses incurred for responses to this notice. Any information submitted by respondents is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. This is a market research request and does not obligate the Government in any way, nor does it commit the Government to any specific course of action. Requirement: The Department of Veterans Affairs (VA) is conducting market research and evaluating industry input for a complete software/application-based [non-pager] solution. The VA is interested in identifying if any commercial sources exist to meet the requirements. The software/application -based [non-pager] solution shall provide secure encrypted end-to-end Health Insurance Portability and Accountability Act (HIPAA)-compliant messaging communication (two-way) within internet protocol (IP) environment (Uniform Resource Locator (url) and mobile soft client application). The specific salient characteristics of the software/application- based requirement are as follows: Ensure the proposed messaging solution is designed to protect the confidentiality and integrity of all electronic Protected Health Information (PHI), Personally Identifiable information (PII), VA sensitive information, created, transmitted, received, and maintained/stored as alpha-numeric text messages. Enable the full capability and functionality of the solution with Government Furnished Equipment (GFE) smartphones and user bring your own device (BYOD) non-GFE smartphones. All messages must be encrypted according the Federal and Agency standards for all data at rest and in transmission to include compliance with Federal Information Security Management Act (FISMA) and Federal Information Processing Standards (FIPS). Ensure no VA data, of any nature, is stored on the device. This VA request will not include Life Safety based messaging thus no capability for Life Safety messaging (Code Blue and other critical Life Safety team notifications) is required as a component of the solution. How to submit responses: Interested parties are to submit no more than a five (5) pages response. As an appendix to the information provided to the market research response document, vendors shall provide security and privacy compliance documentation validating the proposed solution. Please submit detailed information on the following areas: Identify how your organization meets the stated requirement and salient characteristics. Provide an architecture diagram of the proposed solution. Attach diagram as an appendix. Are you a Small Business entity? If so, will you able to comply with FAR 52.219-6 and 52.219-14, VAAR 852.219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside and with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Please be specific about your current Small Business Certifications. Identify any organization or federal agency where the proposed solution, or similar effort, has been implemented. Include contract number, award date, total dollar value, agency receiving the award, period of the contract, options if applicable, and a point of contact with name, position, address and a phone number. Include details about transitioning/migrating to solution, provisioning, initial setup and installation, user training and instruction, end user technical support, and post-implementation sustainment. Please submit a response by 12:00 PM EST on or before February 14, 2024 via email to Miosotis.Gonzalez@va.gov. VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA requirements identified herein are subject to change at any time. If you experience any problems or have any questions concerning this notice, please contact Miosotis González(Miosotis.Gonzalez@va.gov) and Robert Spangler (Robert.Spangler2@va.gov) via email. VA appreciates your time and anticipated response. Post Review Phase VA envisions that once responses are reviewed, select responders may be invited to provide a face-to-face or telephonic briefing to VA personnel to answer additional questions with respect to the response given. The VA retains sole discretion of whether any briefings are warranted, and which industry partners may be invited to provide additional market research information.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/93a51bf40c3745a18300c1e88062df0e/view)
 
Place of Performance
Address: See Contracting Office Address
 
Record
SN06951522-F 20240202/240131230052 (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.