Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2018 FBO #6232
SOURCES SOUGHT

R -- Web service,Strategic Planning service (VA-19-00014048)

Notice Date
12/14/2018
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519Q0123
 
Response Due
12/28/2018
 
Archive Date
2/26/2019
 
Point of Contact
913-946-1991
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide all labor, transportation, and parts necessary to provide all personnel, equipment, supplies, materials, vehicles, and other items for has a requirement for cloud-based web service that helps healthcare organizations develop, monitor, report, and most importantly operationalize organizational strategic planning. The goal of the tool is to reduce time spent by upper management and administrative staff on document development, tracking, and collating information while effectively providing a consolidated strategic planning document. The tool must be substantially developed at the time of proposal submission and must be healthcare focused product. The VA is not soliciting for and is not interested in hiring a developer to build a new tool. The web service needs to be READY FOR USE. * SEE ADDITIONAL SERVICE REQUIRMENTS BELOW The C&A requirements do not apply and a Security Accreditation Package is not required. Product must be able to be implemented by 3/28/2019 at the Kansas City VA Medical Center located at 4801 Linwood Blvd, Kansas City, MO 64128. All work shall be performed in accordance with specifications as provided in the solicitation.   This is contract will be for a base year plus 4 additional option years that may be exercised at the governments discretion. The NAICS code is 541519 with a size standard of $27.5 Million.   Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated.   All responsible sources may submit a quote which shall be considered by the agency.   Proposals will be evaluated in accordance with the evaluation procedures of the solicitation. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail: to michael.murphy7@va.gov. All information submissions should be received no later than 3:00 pm EST on December 28, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. * Web service Requirements: Ability to provide automated email alerts to stay up-to-date on changes, deadlines, and updates that includes ease of access elements that eliminates log in requirements due to email based prompt. Ability to provide real-time progress reporting that provides a simple to view dashboard or visual representation of progress for executive level review. Ability to provide customizable dashboards for executives and front-line users. Provides reporting of key performance indicators for variable reporting timeframes which could be monthly, quarterly, biannual, and annual. Ability to provide cascading goals to provide a visual and trackable alignment from executive strategies to midlevel goals, lower level objectives, and front-line action items. Ability to utilize the strategic planning principle - SMART (specific, measurable, attainable, time specific). Ability to store metrics associated with various items and displays the progression or regression of these metrics in an easy to understand summary or dashboard. Ability to assign specific responsibility and provide supervisor s the ability to view the progress of subordinate s actions. Provide access to multiple service lines (departments) and team level strategic plans from one centralized location. Ability to add and subtract users quickly and easily as staffing evolves or turn-over occurs at no additional cost. Ability to hold attachments/documents used in support of the review process. Ability to create custom report queries based on all established fields, and exports those reports to a dynamic format (i.e., Excel, word, PDF, and various other formats). Compatibility to email with Microsoft Outlook Ability to provide an intuitive interface to build planning structures. Ability to designate super-users or Full Access users with the ability to change these designations as staffing changes without additional charges. Ability to assign different levels of access to users, allowing some users to only view, some to update information, and some to create new, modify, and edit plans. Must be compatible with Internet explorer 11.0 and higher The tool shall be cloud based and not dependent upon client site web service for access Web service Subscription and License Requirements: 1 year subscription for QTY: 70 users 25 full access users 4 1 year options for QTY: 70 users Options to increase users once contract is in place Web service Support & Technical Assistance: Ongoing Training and Initial Implementation Support Initial training must be in person on the facility campus Custom account creation of users, groups, questions, etc. Continuous technical customer support Virtual Technical customer support for product suppliers Data hosting Quarterly web service enhancements, with follow up training and implementation support Direct access to Outside Sales Account Representative: direct line access and email access to sales accountant virtually Direct access to Inside Account Manager: direct line access and email access to sales accountant virtually Customer Support utilizing a toll free line and email address Backup source for redundancy Training: Initial training must in person on the facility campus User guide must be available electronically Product Demonstration: Offerors must provide a product demonstration to illustrate ability to meet web service requirements Past Performance Vendor must demonstrate experience successfully working with complex medical organizations Vendor must provide reference to no less than 2 complex medical organizations Evaluation Criteria Factor #1 (40%): Ability to meet Web Service Requirements Factor #2 (15%): Ability to meet Support and Technical Assistance Factor #3 (25%): Price Factor #4 (10%): Demonstration of Product Factor #5 (10%): Past Performance at the Kansas City VA Medical Center located at 4801 Linwood Blvd, Kansas City, MO 64128. All work shall be performed in accordance with specifications as provided in the solicitation.   This is contract will be for a base year plus 4 additional option years that may be exercised at the governments discretion. The NAICS code is 541519 with a size standard of $27.5 Million.   Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated.   All responsible sources may submit a quote which shall be considered by the agency.   Proposals will be evaluated in accordance with the evaluation procedures of the solicitation. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. All interested Offerors should submit information by e-mail: to michael.murphy7@va.gov. All information submissions should be received no later than 3:00 pm EST on December 28, 2018. After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation will be published. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-DEC-2018); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25519Q0123/listing.html)
 
Place of Performance
Zip Code: 64128
 
Record
SN05175048-F 20181216/181214230016 (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.