Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
DOCUMENT

D -- EMS Service | Automated Mobile Inspection Program - Attachment

Notice Date
5/22/2017
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
 
ZIP Code
90815
 
Solicitation Number
VA26217Q0933
 
Response Due
5/25/2017
 
Archive Date
6/24/2017
 
Point of Contact
Andre' Jeanpierre
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 -- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-95, dated January 13, 2017. Solicitation VA262-17-Q-0933 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued as a Sole Source Federal Supply Schedule (FSS) contract. NAICS Code is 511210 and the Small Business Administration s (SBA) size standard $38.5 Million. The Government is seeking a contract to acquire an EMS Quality Assurance Cleaning Inspection System that at a minimum meets the following specifications for the Tibor Rubin VA Medical Center in Long Beach, California: A. GENERAL: 1. The contractor shall provide all supplies, equipment, software and training to develop and implement a paperless EMS Quality Assurance Cleaning Inspection System in a manner that ensures the requirements of Department of Veterans Affairs, The Joint Commission, Inspector General and other third party regulatory reviews. 2. Provide an automated mobile inspection program for EMS QA inspections. Used by the EMS Supervisors and Management team to replace the labor involved in manual paper based inspections. Eliminating data entry, rework and the time spent following up and manually producing reports. The tablet with built in camera automatically links the photograph to the item on the inspection list. Add notes on the fly to any issues and produce a follow up ticket to be corrected by the EMS staff, with automatic follow up and closure tracking. 3. Vendor shall provide customizable EMS QA Inspection type requirements/questions templates to choose for their individual needs. A list of mandatory questions for the medical center to have on their EMS QA inspection question database will be given to the vendor. 4. The vendor shall provide reports that formulate the collected data into easily readable reports such as executive summaries, and bar graphs that compares, details, cross references, collates and displays the information and data. 5. The program shall include real time data that is synced automatically with a tablet. Online modifications can be made immediately to the EMS QA Inspection requirements. Identification of how may deficiencies and include information such as; items corrected,# days outstanding, subject area of deficiency and housekeepers responsible for correction. 6. The contractor shall provide all devices and kits fully configured and tested. 7. The contractor shall provide electronic database set up including creating, sending and receiving emails, creating and managing documents and spreadsheets and web browsing. 8. Contractor shall provide complete training package to ensure that all users are capable of using the system. Training options should be available by telephone, web training or onsite training 9. For corrective action taken responses will be collected online electronically directly to the database. The program will not require purchase of additional hardware or software to produce forms used in the management and collection of data and track all items identified as non-compliant and provides a mechanism for follow-up and correction. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (2) Is your company considered small under the NAICS code identified under this RFQ? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Please provide general pricing for your products/solutions for market research purposes. (6) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Place of Performance: VA Long Beach Healthcare System (VALBHS), 5901 East 7th Street, Long Beach, CA 90822. Period of Performance: Base Year + Four (4) Option Years Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission. Submit all question(s) to Andre Jeanpierre at andre.jeanpierre@va.gov no later than May 25, 2017, 9:00 AM Pacific Standard Time (PST). Ensure to reference solicitation # VA262-17-Q-0933 within subject line of the email. Quotes must be received by May 25, 2017, 9:00 AM PST. Email your quote to Andre Jeanpierre at andre.jeanpierre@va.gov. Ensure to reference solicitation # VA262-17-Q-0933 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26217Q0933/listing.html)
 
Document(s)
Attachment
 
File Name: VA262-17-Q-0933 VA262-17-Q-0933.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3519011&FileName=VA262-17-Q-0933-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3519011&FileName=VA262-17-Q-0933-000.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: Department of Veterans Affairs;VA Long Beach Healthcare System;Environmental Management SVC (137);5901 East 7th Street;Long Beach, California
Zip Code: 90822
 
Record
SN04516644-W 20170524/170522234243-a487e1f15ce267453abacad7805a65e3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.