DOCUMENT
J -- Software Maintenance for Voice Digital Dictation System - Attachment
- Notice Date
- 9/21/2016
- Notice Type
- Attachment
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
- ZIP Code
- 37129
- Solicitation Number
- VA24916N0890
- Response Due
- 9/25/2016
- Archive Date
- 11/24/2016
- Point of Contact
- Scheronica Cochran
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center, NCO 9 Network Contracting Office, on behalf of James H. Quillen VA Medical Center, is conducting market research through this sources sought notice to seek sources that can provide Software Maintenance on Dolbey Voice Dictation System. The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Disclaimer and Important Notes: This Sources Sought Notice is for market research purposes only and does not constitute a Request for Proposal/Quotation; and, it is not considered to be a commitment by the Government to award a contract nor will the Government pay for any information provided; no basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided. Failure to submit information in sufficient detail may result in considering a company as not a viable source and may influence competition and set-aside decisions. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriated for this requirement. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, Do Not Request a Copy of the Solicitation. After a review of the responses received, a pre-solicitation notice and solicitation may be published on Federal Business Opportunities (FedBizOpps) website. It is the potential offeror's responsibility to monitor FedBizOpps for release of any future solicitation that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. SAM: Interested parties should register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220 STATEMENT OF WORK 1. INTRODUCTION AND SCOPE OF WORK: The James H. Quillen VA Medical Center (VAMC) has a requirement for a software maintenance contract on the Dolbey Fusion Voice Dictation System. 2. REQUIREMENTS: The contractor will make remote diagnostic and corrective procedures using remote control software. The telephone support and software maintenance covers all critical & non-critical incidents including virus problems. The Contractor shall provide James H. Quillen, VA Medical Center with software upgrades and updates as released by the manufacturer. Updates shall include all modifications, corrections, and enhancements to software applications that the manufacturer makes available to its customers. Updates shall include mandatory updates (mandated by the manufacturer or to comply with changes in federal or state laws and regulations). a. Software version updates released during the fiscal year period for up to five (5) software licenses. b. Toll-free priority assistance with any problem or question about product or service. c. Technical support using a remote control software package for problem resolution. d. Hours of Coverage: (1) Normal hours of coverage are 24 hours a day, seven days a week including holidays. (2) Federal Holidays observed by the VAMC are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day e. Reporting Required Services Beyond the Contract Scope: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. f. Condition of Equipment: The Contractor accepts responsibility for the equipment described in paragraph 1, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. g. Hardware: Replacement parts will be furnished and installed by authorized service personnel at no extra charge. The parts replaced become the property of the James H. Quillen VAMC. Component parts, assemblies, or subassemblies may be replaced with new or refurbished items at no cost to James H. Quillen VAMC. In order to do this, based on technical judgments made by service personnel, request to monitor machine functions via remote access, but always with prior knowledge, approval, and cooperation of the customer. In addition, recommendations may be made and replacement initiated of suspect component parts at no expense to the customer, but with their planned cooperation regarding replacement work. This will always be done with every intention of minimizing disruption to daily work activities. Loaner hardware will be offered to the customer if available but is not guaranteed as a condition of this contract. Dictate and Transcribe stations and equipment that are defective are to be sent to contractor for repair or replacement at no cost to the customer. Any damage to a station or component not caused by normal use is not covered under this agreement and repairs to fix the damage are chargeable. h. Competency of Personnel Servicing Equipment: (1) Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. (2) "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified. For field experience, the FSE(s) has a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance, on the Fusion Voice Digital Dictation System. (3) The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the VAMC. The CO may authenticate the training requirements, request training certificates or credentials from the Contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment. (4) If subcontractor(s) are used, they must be approved by the COR; the Contractor shall submit any proposed change in subcontractor(s) to the COR for approval/disapproval. h. Service Manuals: The VAMC shall not provide service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to all FSE's all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the CO upon request. i. Responsibilities of the VA: James H. Quillen VA Medical Center (JHQVAMC) will maintain the environmental conditions in accordance with manufacturer's specifications. The Fusion Voice Digital Dictation System shall be maintained within parameters specified by the manufacturer. The Fusion Voice Digital Dictation system shall be accessible via the hospital computer system. James H. Quillen VA Hospital will ensure that all data files are adequately duplicated and documented. (The Contractor is not responsible for duplicating and documenting data files. If any files are lost during Contractor maintenance, the cost of reconstructing this data will not be covered by this contract.) JHQVAMC will have a system administrator or someone with equivalent skill. This VA employee shall be responsible for the ongoing maintenance of the Fusion Voice Digital Dictation System. k. Critical Incidents - problems affecting a single critical production function of the system, causing the system to operate in a degraded state, or having an adverse financial impact to the James H. Quillen VA Medical Center System. 3. REFERENCES: Contract service shall ensure that the equipment functions in conformance with the latest published edition of NFPA-99. 4. DELIVERY: a. Normal hours of coverage are 24 hours a day, seven days a week including holidays. b. The Contracting Officer's Representative(s)(COR) for this contract are listed below and are authorized to call for service: (1) Tom Livesay, COR(2) Hugh Bowman, alternate COR 5. PERFORMANCE PERIOD: October 1, 2016 - September 30, 2017 6. PROGRESS AND COMPLIANCE: The above equipment/hardware software shall be maintained in accordance with the manufacturer's standards and/or specifications
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24916N0890/listing.html)
- Document(s)
- Attachment
- File Name: VA249-16-N-0890 VA249-16-N-0890.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3018642&FileName=VA249-16-N-0890-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3018642&FileName=VA249-16-N-0890-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA249-16-N-0890 VA249-16-N-0890.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3018642&FileName=VA249-16-N-0890-000.docx)
- Record
- SN04281308-W 20160923/160921234707-6bb0a5b839d025c9c651e7bed527962e (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 |