Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2019 FBO #6448
SOURCES SOUGHT

R -- VSMS Maintenance and Support Service

Notice Date
7/18/2019
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Veteran Affairs;PCAC-ST. LOUIS;4401-D Meramec Bottom Rd;Saint Louis MO 63129
 
ZIP Code
63129
 
Solicitation Number
36C77619Q0179
 
Response Due
7/23/2019
 
Archive Date
7/28/2019
 
Point of Contact
Mark Ferguson, Contract Specialist
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 SOURCES SOUGHT NOTICE Interested and capable firms are requested to provide capability statements addressing the following data/information to the attention of the Contract Specialist identified herein. a) Company s name: b) Company s address: c) Company s point of contact name: d) Company s phone, fax, and email address: e) Company s Tax ID Number: f) Company s DUNS number and Cage Code: g) Type of business, e.g. Small Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, SBA Certified 8(a) Firm, SBA Certified HUBZone Firm, Women Owned Small Business, SBA Certified Small Disadvantaged Business, Small Business, or Other than Small Business, relative to NAICS code 541519: h) Federal Supply Schedule number (if applicable): i) Statement of Capability, to include salient characteristics, that demonstrates the offeror's capability and past performance in providing and meeting the type of service requirement; to include the data and information stated herein. In addition to providing your company s capability statement as it pertains to the requirements of this Sources Sought Notice, interested and capable firms are also required to provide answers to the following questions. Does your company provide SIMULATIONiQ Software and Hardware maintenance and support services? Is the SIMULATIONiQ Software and Hardware maintenance and support services your company provides available on GSA? e-Mail submissions will be acceptable to Contract Specialist Mark Ferguson at: mark.ferguson@va.gov. The purpose of this Sources Sought Notice is for Market Research purposes only and to identify interested and capable vendors. Final statement of capability response submissions and this form must be submitted via email no later than 2:00 p.m. CST on July 23, 2019. NO FAX/ FACSIMILE SUBMISSIONS WILL BE ACCEPTED. Notice to Vendor Community: All Offerors who provide goods or services to the United States Federal Government MUST be registered in the System for Award Management (SAM) website www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who respond to a solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at https://www.vip.vetbiz.va.gov/. Disclaimer: The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their business size classification and is issued solely for information and planning purposes only and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. The Government is not obligated to, nor will it pay for or reimburse respondent parties for any costs associated with responding to this Sources Sought Notice. NOTE: No classified, confidential, or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. At this time no solicitation exists; therefore, do not request a copy of the Solicitation. After a review of the responses received, a Pre-Solicitation Notice and Solicitation may be published on Federal Business Opportunities (FedBizOpps) website or GSA E-buy. It is the potential Offeror's responsibility to monitor FedBizOpps and GSA E-buy for release of any future solicitations that may result from this Sources Sought Notice. However, responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation. Comments/Concerns: Please address any comments or concerns regarding this Sources Sought Notice via email to the Contract Specialist listed below. Mark Ferguson Mark Ferguson, Contract Specialist Department of Veterans Affairs Program Contract Activity Central (PCAC) - St. Louis, MO 314-894-6656 x 65116 Mark.Ferguson@va.gov TITLE: VSMS MAINTENANCE AND SUPPORT SERVICE 1.0 BACKGROUND: Video Simulation Management System (VSMS) was procured via a contract awarded by the VA Technical Acquisition Center in April 2016. During 2016-2017, VSMS was installed in the National Simulation Center (NSC) to provide functionality for recording, assessing, debriefing and storing simulated training conducted within the SimLEARN NSC. It was designed to be accessible via the web or video teleconference to allow for remote participation. The VSMS provides the capability to integrate with computerized task trainers and full body, high fidelity simulation mannequins, as well as provide the capability to simultaneously manage multiple patient simulations at a single time to replicate environments, such as a busy intensive care unit, a mass casualty incident, or multiple patients at different levels of care that may be part of a complex scenario. VSMS provides the capability to record the simulated training event from the arrival of the ambulance, through the hallways, to the applicable simulated training room (e.g. emergency room, triage, operating room). It also provides capabilities to record simulation scenarios conducted in an inpatient, clinical setting. VSMS is a fully integrated software-hardware system. The VSMS at the SimLEARN National Simulation Center (NSC) is a SIMULATIONiQ Enterprise solution comprised of 1,500 pieces of equipment that includes: SIMULATIONiQ learning management system software, the SIMULATIONiQ Audio Visual(A/V) Viewer software and an array of over 130 HD cameras, audio equipment and software integrating an array of high-fidelity medical simulation training manikins. The system collects performance data across all hardware inputs, and provides a platform for recording, debriefing and educational assessment for all training activity taking place in the SimLEARN National Simulation Center. 2.0 SCOPE OF WORK: The contractor shall provide maintenance and support services for the SIMULATIONiQ audio video and learning management system that includes software and hardware diagnostic, repair and replacement, VSMS product and system training, system health check and reports, help desk and system troubleshooting, hardware warranty support, on-site support and service, and software updates. This requirement is needed to provide maintenance and support services to the VSMS and associated efforts shall be used to support clinical training provided to medical professionals within the VHA National Simulation Center. See section 9.0 Exhibit A at the bottom of this PWS for current VSMS software and hardware inventory. 3.0 GENERAL REQUIREMENTS: The Contractor shall perform the mandatory tasks and provide the specific deliverables described below within the performance period stated in this PWS. If, for any reason, any deliverable cannot be delivered on time according to the below schedule, the Contractor shall provide a written explanation to the Program Manager (PM)/Contracting Officer s Representative (COR) three days prior to deliverable due date. This written transmittal shall include a firm commitment of when the work shall be completed. This transmittal to the PM/OR shall cite the reasons for the delay and the impact on the overall project. The Contractor shall not commit or permit any act that interferes with the performance of work awarded to another Contractor or with the performance of Government employees. In any case where, in the course of fulfilling the contract requirements, the Contractor disturbs any work guaranteed under another separate contract, the Contractor must restore such disturbed work. 4.0 TASKS & DELIVERABLES: Task 4.1 Diagnoses, Repair or Replacement: The contractor shall provide the following software and hardware diagnostic, repair and replacement services to include: Software: The Software Support under this agreement shall include diagnosis, repair or replacement of the SIMULATIONiQ learning management system software and A/V Viewer software currently installed. Hardware: The Hardware Support shall include diagnosis, repair and replacement of the equipment listed in section 9.0 Exhibit A. Hardware service coverage shall include VSMS computers and servers. Task 4.2 Advance Replacement of Equipment: The contractor shall provide the following VSMS advance equipment service to include: Advanced replacement parts and equipment will be shipped using standard shipping via ground to the NSC to replace failed VSMS equipment. Failed Equipment that is no longer available may be substituted with a functional equivalent at contractor s discretion. The government will return the failed equipment to the contractor or other designated location as directed by the contractor within 30 days of equipment failure. Installation of the advanced replacement equipment will be coordinated between NSC and the contractor. Task 4.3 VSMS Product and System Training: The contractor shall provide the following VSMS product & VSMS training opportunity services to include: The contractor shall provide: Monthly VSMS product webinars. Up to two (2) additional webinar offerings geared toward NSC-specific content as requested COR. Two (2) users per year for continuing education at the contractor s training center / location. The cost of the training, lodging and meals (at training center / location) shall be included. Training dates are made available on the contractor s website or sent via email. Ability to register to attend an Annual Summit that covers SIMULATIONiQ criteria. The cost of registration will be included. The cost of lodging and airfare will be paid for by NSC. Annual User Summit dates shall be available on the contractor s website. Task 4.4 System Health Check and Reports: The contractor shall provide the following VSMS operation system performance/health checks to include scheduled remote preventative operating system performance health checks. The monthly health checks shall be scheduled and performed on a mutually agreed time. The health checks shall include a review of the Software and its settings, disk utilization and related information technology settings. Task 4.5 Help Desk and System Troubleshooting: The contractor shall provide the following VSMS product Help Desk and VSMS troubleshooting services to include: VSMS technical support access (Monday Friday 8:00 am 8:00 pm EST) with contractor s customer support team. Telephonic, email and/or web-based assistance for user-based information requests on features, functions and equipment operation, remote testing and trouble resolution. Access to the Customer Support Portal 24 hours a day, 365 days a year. Trouble-shooting shall be performed remotely by the Customer Support Team prior to dispatching technical support to the NSC site. The NSC will provide the contractor with remote access and IP connectivity for upgrades, trouble- shooting, diagnostics and testing. Task 4.6 Hardware Warranty Support: The contractor shall provide the following VSMS hardware warranty services repair. Equipment shall be repaired at the NSC s site, manufacturer s facility or at the contractor s facility. The NSC will package, insure, and ship the malfunctioned unit to the maintenance location designated by the contractor. Upon completion of the repair, the contractor shall arrange shipping of the Equipment to the original NSC site for installation. Task 4.7 On-Site Support and Service: The contractor shall provide the following VSMS on-site support and maintenance service to include: On-site service is provided at the contractor s sole discretion as part of their support and service. The contractor shall coordinate with the NSC to schedule technical support on-site. The service will be scheduled during normal business hours (9:00 a.m. to 5:00 p.m. local time). On-site technical support outside of normal business hours may occur. Task 4.8 Software Updates: a. The contractor shall provide the NSC with an upgrade of the standard licensed Software whenever a new release is issued. b. The contractor may request that the NSC install upgrades of the Software. The NSC agrees to upgrade the software within a reasonable period of time after upgrades are released, but not more than two (2) releases from the current upgrade or release. The NSC agrees to upgrade their operating system within a reasonable period of time but no more than two years from release of upgrade from manufacturer. c. All such version and release modifications, when delivered and properly installed, shall become part of the Software and shall otherwise be subject to the terms of the Software License. Table 1, Mandatory Deliverable Table Deliverable Description Quantity Due Date 4.1 VSMS Software diagnostic, repair and replacement services Report As needed As needed 4.1 VSMS Hardware diagnostic, repair and replacement services Report As needed As needed 4.2 Advanced equipment replacement Report As needed As needed 4.3 VSMS Product and System Training: Product information and demonstration webinars. NSC VSMS specific content training webinar. Face to face continuing education conference at the contractor s training facility / location. Conference Full access pass to attend the Annual Summit covering SIMULATIONiQ criteria. 12 2 2 1 Monthly TBD by COR and contractor Dates to be made available by the contractor when dates are available. Pass/Travel instructions sent to COR at least 60 days prior to the event Summit Dates to be posted on contractor website when dates become available. Pass/Travel instructions sent to COR at least 60 days prior to the event. 4.4 System Health Check and Reports 12 E-mail System check report on a Word document to the COR by COB on last workday of each month. 4.5 Help Desk and System Troubleshooting Report 12 E-mail all open and closed NSC work ticket report on a Word document to the COR by COB of last workday of each month. 4.6 Hardware Warranty Support Report As needed Contractor shall provide complete hardware resolution instructions within 15 business days of hardware warranty service support. E-mail COR by COB of last workday of each month of all such activity 4.7 On-site support As needed Service work statement provided immediately after service 4.8 Software update As needed Within 30 days of contractor release Period of Performance: The period of performance shall be 1 year from date of award with 2 option periods. Place of Performance: Contractor s locations, as well as the SimLEARN Center in Orlando, FL. EXHIBIT A: Software List Item Quantity SIMULATIONiQ Enterprise Application 1 Digital Signage Software 5 IP Software Control 1 Equipment List Item Quantity 12TB RAID 6 Storage Array 1 32"-42" LCD Display Bracket - Wall 22 32"-42" LCD Flat Panel Display 22 50"-59" LCD Display Bracket - Wall 30 50"-59" LCD Flat Panel Display 30 5TB RAID 6 Storage Array 18 90" LCD Flat Panel Display 3 Amplifiers for Paging 13 Audio Distribution Amplifier 25 Aux AV Input Port 43 Aux DVI Input Port 207 Aux DVI Output 83 Biamp Audio 14 BIAMP AUDIO AVB Switch 1 Biamp Audio I/O Card- Biamp AVB-1 14 Biamp Audio I/O Card- Biamp SOC-4 96 Biamp Audio I/O Card- Biamp Tesira SEC-4 62 Biamp DAN-1 10 Biamp EX-LOGIC 2 Blackmagic Design VHUBUV-288CH 1 Blackmagic Design VHUBUV-288XP 1 Blackmagic Design VHUBUV-IF-SDI 33 Blackmagic Design VHUBUV-POWSUP800 1 Boom Mounted Mic 4 Boom Mounted Mic Plate 4 Button Ceiling Mic 75 Cable TV Box 11 Cable TV Box Rack Kit 6 Camera Power Supplies 3 Crestron DMB-4K-I-HD-DNT 5 Crestron DMB-4K-O-HD-DNT 31 Crestron DMC-4K-C-HDCP2 3 Crestron DMC-4K-C-HDO 2 Crestron DMC-4K-CO-HD-HDCP2 67 Crestron DM-PSU-3x8-RPS 11 Desktop Mic w/ 4 zone buttons 21 Desktop Mic Wall Plate 36 Desktop Microphone 2 Digital Media (32x32) 5 Digital Media (32x32)- I/O Cards 134 Digital Media (64x64) 4 Digital Media (64x64) Blade- I Cards 34 Digital Media (64x64) Blade- O Cards 23 Directional Speakers 24 HD Webcam for internet-based A/V calls & VTC 30 Headphone/Mic 11 Headphone/Mic Port 11 Headphones 20 Interactive 60" LCD Display Bracket - Wall 1 Interactive 60" Flat Panel LCD Display 21 Interactive 60" LCD Display Bracket - Wall 21 Interactive 80" Flat Panel LCD Display 10 Interactive 80" LCD Display Bracket - Wall 10 Interactive Display Overlay 13 Interactive Pen Display 13 IP PTZ Cameras 130 KVM Console with LCD System 4 Large Area Ceiling Mic 16 Large Ceiling Speakers 57 Local HDMI Input Port 14 Local HDMI Output Port 14 Master Room Media AV Management System 1 Microphone Port 6 Mini-Computer to drive LCD Flat Panel Display 59 Portable Flat Panel Stand 7 Projector (Ceiling Mounted) 11 Projector Mount 11 Quad Channel H.264 SD/HD Encoder 200 Rack Gear 3 Room Media AV Management System 1 Room Scheduler Display 12 Simulator Interface Extender 21 Small Ceiling Speakers 51 Smart-UPS 2200VA 14 System Controller- Crestron Pro3 2 System Controller I/O- Crestron C3COM-3 2 System Controller I/O- Crestron C3RY-16 2 Tablet + PC (Local AV Control) 28 Tablet PC Desk Dock 27 Tablet PC Wall Dock 5 Tablet Screen Sharing Package 27 Telephone Tap 27 Touchscreen Desktop Computer 3 TP 24" 4-View Touch Panel 26 TP 24" Graphics Engine 26 Video Distribution Amplifier 1 to 4 21 Video/Audio Router (128 x 128) Blade 3 Video/Audio Router (128 x 128) Blade- I Cards 34 Video/Audio Router (128 x 128) Blade- O Cards 23 VTC Suite Control Unit 14 Wall Mic 16 Wireless Earphone 68 Wireless Intercom (4x) 5 Wireless Intercom (8x) 6 Wireless Microphone 68 (END OF SOURCES SOUGHT NOTICE) NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-JUL-2019); 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/VAAAC/VAAAC/36C77619Q0179/listing.html)
 
Place of Performance
Address: Contractor’s location and SimLEARN Center;in Orlando, FL.
Zip Code: 32827
Country: USA
 
Record
SN05374129-F 20190720/190718230028 (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.