Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 10, 2018 FBO #5951
DOCUMENT

D -- AvaSure Online Reporting of Nursing Analytics (ORNA) Subscription | Base + 4 OYs - Attachment

Notice Date
3/8/2018
 
Notice Type
Attachment
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
 
ZIP Code
45219
 
Solicitation Number
36C25018Q0437
 
Archive Date
5/7/2018
 
Point of Contact
Mary Lu Gilbert
 
E-Mail Address
Marylu.gilbert@va.gov
(marylu.gilbert@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Pre-Solicitation Notice (Intent to Sole-Source) The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Cincinnati, Ohio 45220-2637 intends to solicit a RFQ for a sole-source procurement to provide Subscription Service for Online Reporting for Nursing Analytics (ORNA) (See Below), using a Firm-Fixed Price Sole-Source contract as the procurement method. The VA anticipates issuing a Firm-Fixed Price Contract (Sole Source) to AvaSure on or about 04/15/2018 for the subscription services. Place of Performance: Cincinnati VA Medical Center 3200 Vine Street Cincinnati,, Ohio 45219 In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database, if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses), under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM. NAICS Code is5139130 with a Small Business Size Standard of 1,000 Employees. The solicitation will be issued to a single business with a sole-source justification. One award is expected to be made. The VA will only consider one proposal and the contractor must be registered as mentioned above and not on the Excluded Parties List. Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Mary Lu Gilbert at the following e-mail address: marylu.gilbert@va.gov and ensure that the subject line includes: solicitation no. 36C25018Q0437 and the company name and DUNES #. Department of Veterans Affairs Network Contracting Office (NCO) 10 260 E. University Avenue Cincinnati, Ohio 45219-2637 Station Code: 36C250 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25018Q0437 Posted Date: 03/08/2018 Original Response Date: 03/22/2018 Current Response Date: 03/22/2018 Product or Service Code: D317 Set Aside: Small Business Set-Aside NAICS Code: 519130 Contracting Office Address Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 Station Code: 36C250 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Quotes 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 2005-95 (May have been updated). The associated North American Industrial Classification System (NAICS) code for this procurement is 519130, with a small business size standard of 1000 employees. The Cincinnati VA Medical Center is seeking to purchase subscription for Online Reporting of Nursing Analytics. All interested companies shall provide quotation(s) for the following: Service Line Item Description Quantity Unit Price Total Price 0001 Subscription for Online Reporting for Nursing Analytics (ORNA) POP: 04/15/2018 04/15/2019 1 YR 0002 Subscription for Online Reporting for Nursing Analytics (ORNA) POP: 04/15/2019 04/15/2020 1 YR 0003 Subscription for Online Reporting for Nursing Analytics (ORNA) POP: 04/15/2020 04/15/2021 1 YR 0004 Subscription for Online Reporting for Nursing Analytics (ORNA) POP: 04/15/2021 04/15/2022 1 YR 0005 Subscription for Online Reporting for Nursing Analytics (ORNA) POP: 04/15/2022 04/15/2023 1 YR Total Price Services The contractor shall provide the software and support services, as stated above, that will allow to the ORNA site through the AvaSure TeleSitters Solutions System. The delivery/task order period of performance is to begin on 04/15/2018 and will end on 04/14/2019. Place of Performance Cincinnati VA Medical Center 3200 Vine Street Cincinnati, OH 45220 Station Code 36C539 Award shall be made to the quoter, whose quotation is evaluated as the Lowest Price Quoted. The government will evaluate information based on the following evaluation criteria The government intends to award a single purchase order to the vendor that is evaluated to be the Lowest Price Technically Acceptable (LPTA), based on the following evaluation factors and sub-factors: Price Related Factor(s): Price Non-Price Related Factor(s): Compliance with Solicitation Requirement All price and non-price related factor(s) will be evaluated as Go or No-Go. Non-Priced related factor(s) and price related, when combined are equally important. Limitations in Subcontracting: This solicitation includes FAR 52.219 Limitations on Subcontracting. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html or at http://farsite.hill.af.mil/vmfara.htm. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2012) 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 (NOV 2017) (The following subparagraphs of FAR 52.212-5 are applicable: These subparagraphs represent the regular checked ones for SAP, below the SAT, commercial items acquisitions) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). 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). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (APR 2015). 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67). 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (MAY 2014) (29 U.S.C 206 and 41 U.S.C. chapter 67). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Requirements (MAY 2014) (41 U.S.C. 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015). 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). All quoters shall submit the following: Priced Quote Company contact, name and DUNS number. This is an open-market combined synopsis/solicitation for services as defined herein.    The government intends to award a single Purchase Order/Contact/DO/TO as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoters shall list exception(s) and rationale for the exception(s) below: Submission shall be received not later than 12/20/2017 at 12:00 P.M. EST. at the following location: Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 513-559-3712 Station Code: 36C250 All quotes shall be submitted, via email, to marylu.gilbert@va.gov No hard copies will be accepted. 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 Contracting Officer (Point of Contact below). No phone calls will be accepted for questions regarding this solicitation. Point of Contact Mary Lu Gilbert Contracting Officer Network Contracting Office (NCO) 10 260 East University Avenue Cincinnati, Ohio 45219-2637 Station Code: 36C250 513-559-3711 marylu.gilbertr@va.gov Attachment 1 Online Reporting of Nursing Analytics (ORNA) Subscription STATEMENT OF WORK (SOW) 1. Contracting Officer s Representative (COR). Section: Nursing Service Address: Cincinnati VA Medical Center 3200 Vine Street, Cincinnati, OH 45220-2213 2. Contract Title. Online Reporting of Nursing Analytics (ORNA) Subscription 3. Background. The Cincinnati VA Medical Center (CVAMC) currently utilizes AvaSure s Telesitter systems and monitoring program. The Telesitter system was purchased in 2016. At that time, the Online Reporting of Nursing Analytics (ORNA) subscription was not available. ORNA is now available and is compatible with the existing Telesitter system. Procurement of the ORNA related services will provide key decision makers at the CVAMC valuable information related to utilization of the AvaSys Telesitter monitoring programs. The ORNA subscription will also allow for analyses and the ability to compare pertinent metrics to help ensure program quality and outcomes to improve patient safety and maximize the return on investment. 4. Scope. To procure the yearly Online Reporting of Nursing Analytics (ORNA) subscription for Nursing Service at the Cincinnati VA Medical Center. ORNA will enable the comparison on utilization, alarm rates, monitor staff interventions, effectiveness of monitor tech interventions and bedside responsiveness. 5. Specific Tasks. The intent of this contract is for the Cincinnati VA Medical Center to procure an Online Reporting of Nursing Analytics (ORNA) subscription. The yearly subscription shall include: Secure access to AvaSys program metrics and client logs Secure access to AvaSys industry comparative database Monthly analysis of Avasys program executed and delivered by AvaSure s team of industry experts Access to resources and support to ensure program quality and outcomes Management and delivery of ORNA services by AvaSure s clinical team. Data export options with de-identifiable data/no patient identifiers Administrative rights for the VAMC and the right to change users and their level of access Training 6. Performance Monitoring. Once procured and delivered, the contract will be completed except for exercising the option years. No monitoring required. 7. Security Requirements. The C&A requirements do not apply. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). NO GFE and/or GFI are needed with this contract. 9. Other Pertinent Information or Special Considerations. None at this time. a. Identification of Possible Follow-on Work. None at this time. b. Identification of Potential Conflicts of Interest (COI). None at this time. c. Identification of Non-Disclosure Requirements. None at this time. d. Packaging, Packing and Shipping Instructions. None at this time. e. Inspection and Acceptance Criteria. Once the technology is set-up and training received, the CO will be notified so acceptance can be completed
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25018Q0437/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0437 36C25018Q0437.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4137483&FileName=36C25018Q0437-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4137483&FileName=36C25018Q0437-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04847572-W 20180310/180308231239-687dd42489a2ea485fb12087a1c18487 (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.