SOLICITATION NOTICE
R -- Infusion Pump Library Software Enhancement Alaris Software
- Notice Date
- 4/9/2025 1:11:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541512
— Computer Systems Design Services
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0316
- Response Due
- 4/24/2025 12:00:00 PM
- Archive Date
- 05/24/2025
- Point of Contact
- Jason Lawrence, Contracting Specialist, Phone: 000-000-0000
- E-Mail Address
-
jason.lawrence3@va.gov
(jason.lawrence3@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Combined Synopsis/Solicitation for Infusion Pump Library Software Enhancement This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. Solicitation number 36C25925Q0316 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. This acquisition is set-aside for 100% Service-Disabled Veteran Owned Small Business (SDVOSB). The North American Industry Classification System (NAICS) code is 541512 Computer Systems Design Services with a small business size of $34 Million. The PSC is R425 Support Professional: Engineering/Technical. Department of Veterans Affairs, Network Contracting Office (NCO) 19 located at 6162 S. Willow Drive, Suite 300, Greenwood Village, Colorado 80111, in support of Fort Harrison Veterans Affairs Medical Center (VAMC) located at 3687 Veteran s Drive. Fort Harrison, MT 59636. They are seeking to procure services in accordance with the SOW Attachment 1 and Line Items Section VI. The Contractor shall price for all travel expenses. In addition to following Offer Submittal Instructions below, all interested SDVOSBs shall provide quotations for the following services: Item No. Part Number / Description Unit Qty Price Extended Price 0001 Alaris System Manager License EA 1 0002 Alaris Systems Remote Configuration EA 1 TOTAL Place of performance is for this project is listed in section Place of performance in the SOW Attachment 1. Period of performance has a 12-month base period of 05-01-2025 to 04-30-2026 with no option periods. The provision at� 52.212-1, Instructions to� Offerors-Commercial Products� and� Commercial Services, applies to this acquisition. ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS Provisions that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR. OFFER SUBMITTAL INSTRUCTIONS: Note: Failure to comply with instructions 1-6 will eliminate the vendor from the competition. Offeror shall submit offers by Due Date/Time specified in section XV. Late quotes will not be considered. Offeror shall highlight their acknowledgement of all amendments (if available), as part of their quote. Offeror shall complete and sign 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) (DEVIATION). Attachment 2 Offeror shall provide Technical Capability Documents. Refer to IX-a for more details. Offeror shall submit the completed Price Schedule Table from section VI. Refer to IX-b for more details. Offeror shall include three (3) relevant past performances evaluations with a rating of Satisfactory or higher along with their quote. Refer to IX-c for more details. Important: Offers received that do not comply with the terms and conditions of the solicitation and/or have missing documentation may be considered non-compliant and eliminated from evaluation. (End of Provision) The provision at� 52.212-2 Evaluation Commercial Items applies to this acquisition. Addendum to 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES (a) Basis of Award: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers based on price and other non-priced factors. Evaluation of quotes will be conducted utilizing Simplified Acquisition Procedures in accordance with FAR 13.106-2(b)(3), Evaluation of Quotations or Offers, using comparative evaluation. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most beneficial to the Government. The Government reserves the right to consider a quotation other than the lowest price. Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides a benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each offer must meet the requirements of the solicitation to be considered for evaluation. Please read each section below carefully for the submittals and information required as part of the evaluation. Offers missing the requested information below, as well as the items listed in the Addendum to FAR 52.212-1, Instructions to Offerors, shall be considered non-compliant and your quote may be removed from the evaluation process. Technical Capability - Technical Capability Offerors shall provide the following as evidence of a capable organization: NOTE: This is not a solicitation for a new software system. The solicitation is for an enhancement to the Alaris Systems Manager Software. Primary qualification: Submit proof of licensure to write a software enhancement to the Alaris Systems Manager Software. Submit a clear description of the management methodology that demonstrates understanding of the effort described in the SOW. Demonstrate experience with server systems. Demonstrate experience providing training, as part of service. Identify security protocols to protect VA information from data breach, compromise, or loss of information that resides on either VA-owned or contractor-owned systems. Describe staffing roles and assignments. Detail how the proposed effort will be assigned within the corporate entity and among any proposed subcontractors. Offerors who do not provide Technical Capability information (as described) will not be considered Technically Capable. Price - The Government will evaluate the price schedule submitted by each offeror. Price schedule is pricing per description for line item per option period. Use the table in section VI. Past Performance - The quote shall include 3 relevant past performance evaluations with a rating of Satisfactory or higher, along with their quote. A list of work experience does not qualify as past performance evaluations. The Government reserves the right to obtain past performance information from any available source and may contact customers other than those identified by the Offeror when evaluating past performance. An Offeror who does not provide past performance will remain in the evaluation. If an offeror has no record of relevant past performance or if information is not available, the Offeror will not be exempt from the requirement and lacking evidence of satisfactory past performance will count against the Offeror. (c) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). For the purposes of the award of this Contract, the Government intends to evaluate the option to extend services under FAR 52.217-8 as follows: The evaluation will consider the possibility that the option can be exercised at any time and can be exercised in increments of one to six months, but not for more than a total of six months during the life of the contract. The evaluation will assume that the prices for any option exercised under FAR 52.217-8 will be at the same rates as those in effect under the contract at the time the option is exercised. The evaluation will therefore assume that the addition of the price or prices of any possible extension or extensions under FAR 52.217-8 to the total price for the basic requirement and the total price for the priced options has the same effect on the total price of all proposals relative to each other and will not affect the ranking of proposals based on price, unless, after reviewing the proposals, the Government determines that there is a basis for finding otherwise. This evaluation will not obligate the Government to exercise any option under FAR 52.217-8. (d) Acceptance of Offer: A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR 52.212-3 OFFERORS REPRESENTATION AND CERTIFICATIONS COMMERCIAL ITEMS (May 2024) Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS (Nov 2023) applies to this requirement. Addendum to XI. FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERIAL ITEMS (Nov 2023) Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.252-2 Clauses Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/index.asp (VAAR) 52.203-16 Preventing Personal Conflicts of Interest (JUN 2020) 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (Nov 2023) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (NOV 2021) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) 52.239-1 Privacy or Security Safeguards (AUG 1996); 852.203-70 Commercial Advertising (MAY 2019). 852.209-70 Organizational Conflicts of Interest (OCT 2020). 852.219-73 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (NOV 2022). 852.219-74 Limitations on Subcontracting Monitoring and Compliance (NOV 2022) 852.219-75 VA Notice of Limitations on Subcontracting Certificate of Compliance for Services and Construction (NOV 2022) 852.232-72 Electronic Submission of Payment Requests (NOV 2018). 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018). 852.233-71 Alternate Protest Procedure (SEP 2018). 852.273-70 Late Offers (NOV 2021) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (MAY 2024), apples to this requirement. The additional clauses below are incorporated by reference. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) (Pub. L. 109 282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-28, Post Award Small Business Program Representation (FEB 2024) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2020) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). 52.225-13, Restrictions on Certain Foreign Purchases (Jan 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332). 52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter 67). 52.222-55, Minimum Wages Under Executive Order 13658 (Jan 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). There are no additional contract requirement(s) or terms and conditions. This is not a Defense Priorities and Allocations System (DPAS) rated requitement. Offers are due 04-24-2025 @ 1:00 PM MST. All questions/inquiries must be submitted to the Contracting Officer via electronic mail (e-mail) not later than 04-21-2025 @ 1:00 PM MST. Answers to questions will post to SAM.gov as an amendment (See VIII-2). Inquiries submitted via telephone calls will be re-directed to an e-mail submission. Submit offers or any questions to the attention of Jason Lawrence via email to: jason.lawrence3@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89d6ed751d3841f9af7e142e891824dd/view)
- Place of Performance
- Address: Fort Harrison VA Medical Center (FHM) 3687 Veteran’s Drive, Fort Harrison 59636
- Zip Code: 59636
- Zip Code: 59636
- Record
- SN07402443-F 20250411/250409230053 (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 |