DOCUMENT
70 -- MAMMOGRAPHY REPORTING SYSTEM 7 - Attachment
- Notice Date
- 5/31/2016
- Notice Type
- Attachment
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- VA25016Q0322
- Response Due
- 6/2/2016
- Archive Date
- 8/1/2016
- Point of Contact
- TRACY HUDSON
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICIATION VA246-16-Q-0322 MRS7 Reporting Standard Edition (I)This is a combined synopsis/solicitation for commercial service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this action. Quotes are being requested, and a written solicitation will not be issued. (II)This solicitation is issued as a Request for Quote (RFQ). Submit written quotes on RFQ VA246-16-Q-0322. (III)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. (IV)Any amendments issued to this solicitation will ONLY be available on the FBO website (www.fbo.gov). (V)The Network Contracting Office 10-SAO CENTRAL intends to award a firm-fixed price service contract for MRS7 Reporting Standard Edition licenses for the Cleveland VAMC, 10701 East Boulevard, Cleveland, OH 44106-1702 (VI)The North American Industrial Classification System (NAICS) code for this procurement is 511210 with a business size standard of $38.5. This procurement is unrestricted to and for all eligible offerors may submit quotes. All offerors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award of a federal contract. The record must be complete and not missing elements such as representations and certifications. (VII)The Government will award a contract resulting from this RFQ to the responsible offeror whose quote is the lowest price and meets the requirements of the SOW. Quotes are due by 10:00 AM Eastern Standard time on an June 2, 2016 Quotes received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes shall be submitted via email to Tracy.Hudson3@va.gov. (VIII)This combined solicitation/synopsis is for the purchase of the following commercial services: PRICE/COST SCHEDULE CLINDESCRIPTION OF SERVICES QUANITYUNITUNIT PRICE AMOUNT 0001MRS 7 Reporting Standard Edition1EA 0002MRS 7 Reporting Standard Edition Includes (1) User License and One (1) Site License1EA 0003Additional MRS concurrent user license3EA 0004One additional MRS site license1EA 00052-way HL7 interface, includes MRS interface configuration (with cooperation from VistA)1EA 0006Worksheet print option (prints MRS worksheets w/ patient demographics and history)1EA 0007First voice recognition interfaces with PowerScribe 3601EA 0008Second voice recognition interfaces with PowerScribe 3601EA 0009Tyrer-Cuzick risk modeling per site1EA 0010On-site Applications Training at Your Facility (Required for first-time purchases)1EA 0011PowerScribe 360 template customization, 8 hours phone training1EA 0012On-Site Applications Training 4 days1EA 0013MRS server to meet Dell Inc.PowerEdge R430 server specifications (including SQL Server)1EA 0014MRS server pre-configuration at MRS corporate office and shipping fee to client1EA 0015MRS Procesing Fee1EA TOTAL: $__________________________ Statement of Work Mammography Tracking Software A mammography reporting system is a widely used tracking and reporting system. This system aids in tracking patients, collecting data, and generating reports within a mammography facility. A system such as this helps to streamline day to day operations within the mammography department but also provides a more accurate and systematic statistical data for annual FDA inspections. Our current process for tracking patients, collecting data and generating reports and letters for patients is done manually. While this process has been successful, we are a growing department, and the success of this program will only continue to grow. Due to the increase in numbers of patients, this tracking software is crucial to aid in a more practical approach to meeting the needs of our patient and internal partners. Salient Characteristics: Must interface with PowerScribe 360 (Radiology dictation software/hardware) Operating System must be Windows 7 Must have customizable templates Must be able to be used in the tracking of all breast related imaging: e.g. mammography, ultrasound, MRI, 3D Tomosynthesis, etc.) Must include all requirements to launch tracking software (E.g. Software, Hardware and Training); Service package can be packaged separately. Specific Tasks. Task 1 - Delivery The vendor will deliver the above items to the Louis Stokes Cleveland VA Medical Center. Deliverables: The equipment and accessories will be delivered to the facility: Louis Stokes Cleveland VA Medical Center 10701 East Boulevard Cleveland, OH 44106 Task 2 - Installation and Assembly The vendor will provide any labor and equipment needed for proper assembly of the equipment. This includes any uncrating, assembling, and installation of components. Installation will also include testing the equipment. Testing shall include any tasks determined by the contractor to be necessary to ensure the machines are free of craftsmanship defects, all component parts are functioning within manufacturer's specification. Biomedical Engineering staff will determine if testing results are satisfactory to begin internal acceptance and fit for use. Deliverables: Installation and assembly of equipment will be complete and approved for use by the vendor, the medical staff, biomed, and any other applicable groups. Task 3. Education/Training Training and education will be available to the Mammography staff. Deliverables: The vendor will provide additional training to allow for Mammography/Radiology staff to become proficient at utilizing the new software and equipment. Performance Monitoring The COR will monitor the successful delivery of the equipment by maintaining contact with the vendor and coordinating with the VA Warehouse, Radiology Service and Biomedical Engineering personnel. The COR will also ensure the equipment is assembled and all installation of hardware and software is done to contract specifications. Security Requirements The contractor will have access to the Medical Center to travel to Radiology Service perform software installation and applications training on the software. Contractor will need all necessary security documents prior to training in that patient information may be viewable during training. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There will be no Government-Furnished Equipment or Government furnished Information provided to the vendor. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. Possible follow-on work could be contact with the Vendor for troubleshooting problems. Also, vendor may be notified if the product is not functioning properly. b. Identification of Potential Conflicts of Interest (COI). There are no known conflicts of interest. c. Identification of Non-Disclosure Requirements. There are no known non-disclosure requirements. d. Packaging, Packing and Shipping Instructions. Shipping and packaging will be at the discretion of the vendor. e. Inspection and Acceptance Criteria. Products will be inspected upon arrival by the COR and the Radiology Service. DELIVER ON OR BEFORE JUNE 30, 2016 ? The following Federal Acquisition Regulation (FAR) and Veterans Affairs Acquisition Regulation (VAAR) clauses and provisions are applicable to this acquisition and are available for view at: http://farsite.hill.af.mil/ FAR Provisions: 52.204-7System for Award Management (JUL 2013) 52.212-1 Instructions to Offerors- Commercial Items (JUL 2013) "Provide quote for all CLINs 52.212-2 Evaluation-Commercial Items (JAN 1999) The government will award a firm-fixed price purchase order to the vendor whose quotation represents the best value for the government. The Government intends to make an award based on the initial quotations. 52.212-3 Certifications and & Representations (NOV 2013) (End of Provision) VAAR Provisions: 852.233-70Protest Content/Alternative Dispute Resolution (JAN 2008) 852.233-71Alternative Protest Procedure (JAN 1998) 852.252-70Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) 852.270-1Representative of Contracting Officers (JAN 2008) 852.273-74Award without Exchanges (JAN 2003) FAR Clauses: 52.212-4 Contract Terms and Conditions- Commercial Items (MAY 2014) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2015) Full text of the reference FAR Clauses may be accessed electronically at http://farsite.hill.af.mil/. -52.204-10Reporting Executive Compensation and First-TierSubcontract Awards -52.209-6Protecting the Government's Interest When Subcontractingwith Contractors Debarred, Suspended, or Proposed forDebarment -52.222-3Convict Labor -52.222-19 Child Labor - Cooperation with Authorities and Remedies -52.222-21 Prohibition of Segregated Facilities -52.222-26 Equal Opportunity -52.222-35 Equal Opportunity for Veterans -52.222-36 Affirmative Action for Workers with Disabilities -52.222-41 Service Contract Labor Standards -52.223-18Encouraging Contractor Policies to Ban Text MessagingWhile Driving -52.227-17 Rights in Data-Special works -52.232-33Payment by Electronic Funds Transfer- System for AwardManagement 52.252-2 Clauses incorporated by Reference (FEB 1998) VAAR Clauses: 852.203-70Commercial Advertising (JAN 2008) 852.232-72Electronic Submission of Payment Requests (NOV 2012) 852.237-70 Contractor Responsibilities (APR 1984) 852.246-70 Guarantee (JAN 2008) 852.246-71Inspection (JAN 2008)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25016Q0322/listing.html)
- Document(s)
- Attachment
- File Name: VA250-16-Q-0322 VA250-16-Q-0322.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2766272&FileName=VA250-16-Q-0322-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2766272&FileName=VA250-16-Q-0322-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA250-16-Q-0322 VA250-16-Q-0322.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2766272&FileName=VA250-16-Q-0322-000.docx)
- Place of Performance
- Address: LOUIS STOKES CLEVELAND VAMC;WADE PARK CAMPUS;10701 EAST BOULEVARD;CLEVELAND, OH
- Zip Code: 44106-1702
- Zip Code: 44106-1702
- Record
- SN04133268-W 20160602/160531234520-db95f95619544b564ce660aa1977e28b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |