Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

70 -- TIPS MHV Express Plus Kiosk Solution - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
ALEXANDRIA VA HEALTH CARE SYSTEM;NETWORK CONTRACTING OFFICE 16;ALEXANDRIA VA HEALTH CARE SYSTEM;PO BOX 69004;ALEXANDRIA LA 71306-9004
 
ZIP Code
71306-9004
 
Solicitation Number
VA25617Q0202
 
Response Due
1/16/2017
 
Archive Date
2/15/2017
 
Point of Contact
ARLENE BLADE
 
E-Mail Address
466-4281<br
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to arlene.blade@va.gov. Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS 541511. 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 synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. TIPS MHV Express Plus Kiosk Solution (Model S1-TP) is known to meet the Government s needs. The Government is requesting that responsible sources respond if they can provide the following items on a brand name only basis SPECIFIED REQUIREMENT: Network Contracting Office 16, Alexandria, LA is seeking sources for a potential contractor to provide, install and replace existing My HealtheVet Kiosks at the Alexandria VA Health Care System (AVAHCS) (see SOW listed below). ONLY NEW EQUIPMENT IS ACCEPTABLE. 1. PURPOSE 1.1 The overall purpose is to provide, install, and replace existing My HealtheVet Kiosks at Alexandria VA Health Care System (AVAHCS) Lafayette and Lake Charles CBOCs, with 2 kiosk to Lafayette CBOC Campus A,; 1 kiosk to Lafayette CBOC Campus B,; and 2 kiosk to Lake Charles CBOC. 2. SCOPE 2.1 The Contractor shall provide, transport, assembly, and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 The VA OIT Department shall provide Installation, Configuration, Software Installation of all CPUs All products must meet all salient characteristics defined in this section. 2.3 All equipment and installation must meet manufacturers and VA specifications. 2.4 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.5 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 3. SALIENT CHARACTERISTICS 3.1 TIPS MHV Express Plus Kiosk Solution (Model S1-TP) Touchscreen Kiosk (Model S1 Sit-Down Desktop w/ o Printer) TIPS Professional Plus Software TIPS MHV Express Content Module (1st-Year Subscription) TIPS VA One Stop Content Module (1st-Year Subscription) TIPS Survey Software w/ MHV Express Questionnaire (1st-Year Subscription) Pre-Shipment Hardware/Software/Content Integration & Testing Shipping (Continental U.S., Inside Delivery) s 1-Year Warranty plus Platinum-Level Support Package 3.2 Project Kickoff Project Kickoff & Preliminary Design Discussions 3.3 Customization & Content Development Services Kiosk Signage Customization (Standard Included) Kiosk Content Customization (Optional) 3.4 Deployment & Training Project Management & Site Coordination for Kiosk Installation (Prior to Delivery) On-Site Hardware Setup & Installation (Standard Unit, CONUS) On-Site Training by DynaTouch Professional (CONUS) - - First Session (includes travel expenses, Continental U.S.) 3.5 Comprehensive Service & Support Package ( 1st Year Included) 3.5.1 Core Support ( 1st Year Included) Live Help Desk Support for Kiosk Software (1st Year) TIPS Professional Plus Software Maintenance (1st Year) TIPS Cloud (1st Year Subscription) - Screen Saver Editor - Authorized URL Editor - System Status Reports - Usage Statistics Reports 3.5.2 Kiosk Hardware Support ( 1st Year Included) Live Help Desk Support for Kiosk Hardware (1st Year) Proactive Remote Monitoring Services (1st Year) Kiosk Component Repair/Replacement (1st Year) On-Site Hardware Maintenance Support (1st Year) 3.5.3 Content Module Subscription & Support ( 1st Year Included) TIPS MHV Express Content Module (1st-Year Subscription) TIPS MHV Express Questionnaire (1st-Year Subscription) TIPS VA One Stop Content Module (1st-Year Subscription) 3.5.4 AT Upgrade Package Support ( 1st Year Included) AT Software Support (1st Year) AT Content Modules (1st Year) 3.5.5 Other Services ( 1st Year Included) Post-Installation Professional Services (Hours Allowance, Not to Exceed 12 hours) 4. DELIVERY AND INSTALLATION 4.1 DELIVERY 4.1.1 Contractor shall deliver all equipment to Alexandria VA Health Care System (AVAHCS) 2 kiosk to Lafayette CBOC Campus A, 3149 Ambassador Caffery Parkway, Lafayette, LA 70506 March 1, 2017; 1 kiosk to Lafayette CBOC Campus B, 309 St. Julien Ave., Suite 201, Lafayette, LA 70506, March 1, 2017; and 2 kiosk to Lake Charles CBOC, 3601 South Highway 14, Lake Charles, LA 70605, July 1, 2017. 4.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 4.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 4.1.4 Deliver specified items only when the site is ready for installation work to proceed. 4.1.5 Store products in dry condition inside enclosed facilities. 4.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 4.1.7 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 4.1.8 Delivery and Installation will be coordinated through the POC, Mona Gibson, MHV Coordinator, and OIT POC, Obie Ward. 4.2 INSTALLATION 4.2.1 All equipment shall be assembled by contractor upon delivery unless otherwise noted above. 4.2.1 All CPU Installation, Configuration, Software Installation shall be conducted by the VA OIT Staff upon delivery. 4.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 4.2.3 Installation must be completed by April 1, 2017 for Lafayette Campus and August 1, 2017 for Lake Charles Campus. All work shall be completed between 8:00 a.m. and 4:00 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 4.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 4.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the POC, Mona Gibson, MHV Coordinator. 4.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the Lafayette CBOC and Lake Charles CBOC premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 5. SITE CONDITIONS 5.1 There shall be no smoking, eating, or drinking inside the facilities at any time. 6. INSPECTION AND ACCEPTANCE: 6.1 The Contractor shall conduct a joint inspection with the POC, Mona Gibson upon delivery of equipment. 6.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 6.3 The POC, Mona Gibson shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 7. DELIVERABLES 7.1 Operation and Maintenance Manuals 7.1.1 Binders - Quantity (1) each 7.1.2 Digital Copies- Quantity (1) 7.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to POC, Mona Gibson upon completion of installation. 8. OPERATOR TRAINING: 8.1 Contractor shall provide On-site training of the equipment to the Users/ Coordinator. Scheduling of operator training shall be coordinated with the AVAHCS COR after installation is complete. 9. PROTECTION OF PROPERTY 9.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 9.2 The Contractor shall perform an inspection of the building(s) and grounds with the POC, Mona Gibson prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 9.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 9.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 10. SECURITY REQUIREMENTS 10.1 The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. 11. WARRANTY 8.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide, transport, assembly, and test all equipment described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses to VA256-17-Q-0202 shall be submitted no later than 3:00pm CST, Monday, January 16, 2017. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: TIPS Internet Kiosk (MHV) Alexandria, LA in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS SOURCES SOUGHT NOTICE. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. DISCLAIMER This Sources Sought Notice 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. In accordance with 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 associated with responding to this Sources Sought Notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/AlVAMC502/AlVAMC502/VA25617Q0202/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-0202 VA256-17-Q-0202.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201470&FileName=VA256-17-Q-0202-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201470&FileName=VA256-17-Q-0202-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Alexandria VA Health Care Sysem;2495 Shreveport Highway;Pineville, LA
Zip Code: 71360
 
Record
SN04368348-W 20170112/170110234724-a2571ff07ee147fc86b10ec3fb19a96c (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.