Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2018 FBO #6217
SOURCES SOUGHT

D -- REAL TIME LOCATION SYSTEM – Continuing Implementation

Notice Date
6/26/2018
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
36C10A18Q9089
 
Response Due
7/15/2018
 
Archive Date
8/14/2018
 
Point of Contact
E-Mail: Juan.Perez5@va.gov
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice Only. The Department of Veterans Affairs has a potential requirement to complete Real Time Location System (RTLS) Installation at 3 medical centers in Veteran Integrated Service Networks (VISN) 1: This notice is issued solely for information and planning purposes it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future. This notice does not commit the VA to contract for any supply or service. Further, the VA is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice. The VA will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Governmentwide Point of Entry. It is the responsibility of potential offerors to monitor the Governmentwide Point of Entry for additional information pertaining to this requirement. Provide a summary of your technical capability to meet the requirements, including any specific experience with similar requirements. Please include a brief explanation of how you would approach this requirement, including work sizing/process (to include proposed labor categories and estimated number of monthly hours required) and a Rough Order of Magnitude or unofficial pricing. This should be limited to no more than 5 pages. In response to this sources sought, please provide: Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code. Small businesses should also include information as to: The intent and ability to meet set-aside requirements for performance of this effort, if applicable. Information as to propose teaming arrangements, the percentage of work each is to perform and which PWS requirements are planned to be subcontracted, if applicable. Whether at least 50% of the cost of labor is planned to be expended for prime employees or employees of other eligible small business firms. This should also include the prime planned percentage and if under 50%, the names of the potential team members that may be used to fulfill the 50% requirement. Please identify any contract vehicles you currently have for which this requirement may be within scope (eg GSA FSS, NASA SEWP, VETS GWAC, T4NG, etc) Please provide any questions, recommendations, or other feedback you may have in regards to this requirement. Below is an excerpt of the draft PWS: Background: VISN 1 is responsible for providing health care to Veterans in the New England area. Like all health care facilities, VISN 1 faces numerous clinical and business challenges, including managing and tracking assets, monitoring and distributing sterilized equipment, ensuring a stable climate for select specimens, and maintaining an efficient flow of employees and patients. Some VA assets are currently tracked with barcode stickers, but this solution is limited to identification capabilities. RTLS solutions are able to address many of the more complex challenges referenced above by providing additional capabilities beyond bar coding, such as the ability to track the location and flow of assets. These capabilities can result in improvements such as the design of processes to improve the efficiency and effectiveness of patient care, reductions in staff hours spent searching for equipment, and the ability to maintain more efficient (less expensive) inventory levels. VISN 1 has partially implemented an RTLS solution and is looking to complete the installation, testing, and training at three sites. The Contractor shall provide an RTLS solution integrating within the current implementation and may include hardware, software, and incidental services. Contractor shall utilize the existing installation to the fullest extent possible, which will include software and hardware. Place of Performance: The solution shall be implemented at the following locations: Boston Healthcare System Brockton Campus Boston Healthcare System West Roxbury Campus White River Junction VAMC Summary of Work Contractor shall provide, install, configure, and test a VISN-wide RTLS system supporting asset tracking that is integrated into the current VISN RTLS System within VISN 1. The Contractor shall provide a point person to coordinate efforts between VA and partners to support the project. Validation of design documents Active RTLS Tagging and Commissioning equipment per the VA National Tagging Standard Fingerprinting floors a Wi-Fi based technique to capture location from signal strength of the wireless Access Points Provide Server Administration Support Restarting servers/VMs Applying updated software Applying patches to bring up to compliance with VA standards The Contractor shall use the current database infrastructure that supports the requirements of the facilities. As part of the proposal the Contractor shall integrate to the existing RTLS Server configuration and architecture to meet the needs of VISN 1 and its facilities. This deployment configuration shall be consistent with the final design as documented in the approved VA RTLS National Software Design Document (SDD). Certifying all Asset Tracking hardware in installed, online and configured Perform Software Configuration of RTLS Application All maps have been rendered and uploaded All data integrated within RTLS Software Training VA Staff System User Training System Administration Training Technical Maintenance Training Testing the system is working per design Installation of additional hardware as necessary NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (26-JUN-2018). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-NOV-2018, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/notices/d3ef2844aea1f548a858fe6905ae35b7)
 
Record
SN05162376-F 20181201/181129230021 (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.