Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
DOCUMENT

D -- Annual Software Maintenance and Support for NETSMART Cache and Avatar AM system. - Attachment

Notice Date
1/18/2018
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
36C26118Q0204
 
Response Due
1/23/2018
 
Archive Date
3/24/2018
 
Point of Contact
Thomas McLain, Contract Specialist
 
E-Mail Address
.mclain@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
. General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q00204 Posted Date: 18 January 2018 Original Response Date/Time: 23 January 2018 / 17:00 PDT Current Response Date: 23 January 2018 / 17:00 PDT Product or Service Code: D319 Set Aside: None NAICS Code: 511210 Contracting Office Address VA Southern Nevada Healthcare System 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11-06-2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 511210, with a small business size standard of $38.5M. The Department of Veteran Affairs Northern California Health Care System (VANCHCS) is intending to negotiate a sole source award to Netsmart Technologies Inc. for annual software maintenance support services for the Netsmart Cache & Avatar AM system located at the VANCHCS Oakland, California for a 1 year base period plus four 1 year option periods. The services are for the following: Services Line Item Description Qty/Unit Unit Price Total Price 0001 Netsmart Cache annual software maintenance and support in accordance with the enclosed Statement of Work. (One year Base) 1 Year $ $ 0002 Netsmart Avatar annual software maintenance and support in accordance with the enclosed Statement of Work. (One year Base) 1 Year $ $ 1001 Netsmart Cache annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 1) 1 Year $ $ 1002 Netsmart Avatar annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 1) 1 Year $ $ 2001 Netsmart Cache annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 2) 1 Year $ $ 2002 Netsmart Avatar annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 2) 1 Year $ $ 3001 Netsmart Cache annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 3) 1 Year $ $ 3002 Netsmart Avatar annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 3) 1 Year $ $ 4001 Netsmart Cache annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 4) 1 Year $ $ 4002 Netsmart Avatar annual software maintenance and support in accordance with the enclosed Statement of Work. (Option Year 4) 1 Year $ $ Total Price Quote $ STATEMENT OF WORK BACKGROUND SCOPE: Vendor shall provide Cache and Avatar AM Software maintenance support services for a 12-month base year, plus 4 option years, contract to be provided for the Department of Veterans Affairs Northern California Health Care System, VAMC, Oakland, California. All services shall be provided in accordance with the specifications, terms and conditions contained herein. 2. TECHNICAL SUPPORT: The contractor shall provide the resources and technical support to end-users regarding troubleshooting, functionality, and questions regarding the operation of the Cache and Avatar software. End users will receive technical support via phone, and email 24 hours a day, seven days a week, 365 days for as defined herein. The contractor must be able to provide assistance to the facility for diagnosing and addressing all software support issues. Contractor must also provide instructions for troubleshooting of common issues via online website and must be able to correct any software errors regarding the software publisher s software installed at the VAMC, Oakland, California upon notification to the contractor. Contractor shall promptly resolve the issue being reported. (End of the SOW) Period of Performance: Base Year: 1 February 2018 to 31 January 2019. OY 1: 1 February 2019 to 31 January 2020. OY 2: 1 February 2020 to 31 January 2021. OY 3: 1 February 2021 to 31 January 2022. OY 4: 1 February 2022 to 31 January 2023. Place of Performance: Address: 2221 Martin Luther King Jr Way City - State: Oakland, CA Zip Code: 94612 It is anticipated that a firm-fixed price purchase order shall be awarded on a sole source basis to Netsmart Technologies Inc. (Cage Code: 676WS) as a result of this synopsis/solicitation. Sources must be trained, certified, and authorized by the Original Equipment Manufacture (OEM), Netsmart Technologies Inc., to provide the software maintenance support services. Concerns having the capability to provide these services, with proven documentation of such authorization and certification by the OEM Netsmart Technologies Inc, are invited to submit offers in accordance with the requirements stipulated in this solicitation. Award shall be made to the lowest price technically acceptable offeror meeting or exceeding the requirements of this solicitation. As referenced under FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and FAR 52.252-2 Clauses Incorporated by Reference, the following pertains: The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following FAR solicitation provisions apply to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) FAR 52.212-1, Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2, Evaluation Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/portal. in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. The following VAAR solicitation provisions apply to this acquisition: VAAR 852.270-1, Representatives of Contracting Officers (Jan 2008) The following FAR contract clauses apply to this acquisition: FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2017) FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 657f) FAR 52.222-3, Convict labor (June 2003) (E.O. 11755) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) FAR 52.232-18, Availability of Funds (Apr 1984) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following VAAR contract clauses apply to this acquisition: VAAR 852.203-70, Commercial Advertising (Jan 2008) VAAR 852.232-72, Electronic Submission of Payment Requests (Nov 2012) VAAR 852.237-70, Contractor Responsibilities (Apr 1984) All "quoters" shall submit the following: one copy of quote with unit price and extensions for each line item and totaled for all. All "quotations shall be sent to the Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086 via email address at thomas.mclain@va.gov. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to negotiate a sole source purchase order award as a result of this combined synopsis/solicitation that will include the terms and conditions as set forth herein. Submission shall be received not later than 17:00 PDT on 23 January 2018 at Department of Veterans Affairs, 6900 N. Pecos Road, Building 6 North Las Vegas, NV 89086. Email quotes to thomas.mclain@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Thomas McLain at email address: thomas.mclain@va.gov. All questions regarding this solicitation are required to be submitted not later than 09:00 PDT on 23 January 2018 in order to render a response prior to the closing date and time of this solicitation. Point of Contact Contract Specialist: Thomas McLain, (702) 791-9000 x 18929, email: thomas.mclain@va.gov. (End of Combined Notice)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/381e89b0f3a23bb49f222134fe41fcdc)
 
Document(s)
Attachment
 
File Name: 36C26118Q0204 36C26118Q0204_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4026075&FileName=36C26118Q0204-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4026075&FileName=36C26118Q0204-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04793011-W 20180120/180118231146-381e89b0f3a23bb49f222134fe41fcdc (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.