Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 22, 2020 SAM #6810
SOURCES SOUGHT

J -- VISN Script Pro Support - Sources Sought

Notice Date
7/20/2020 10:18:57 AM
 
Notice Type
Sources Sought
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25220Q0708
 
Response Due
7/23/2020 8:00:00 AM
 
Archive Date
09/21/2020
 
Point of Contact
Contracting Specialist, Brandon Bennett, Phone: Brandon.Bennett@va.gov
 
E-Mail Address
Brandon.Bennett@va.gov
(Brandon.Bennett@va.gov)
 
Awardee
null
 
Description
This is a Sources Sought Synopsis; THERE IS NO SOLICITATION AVAILABLE. Requests for solicitation will not receive a response. Under FAR 52.219-14, Limitations on Subcontracting, at least 50% of the cost of contract performance incurred shall be expended for the prime contractor employees of the concern or other businesses within the same socioeconomic category for service-type procurements. The Great Lakes Acquisition Center (GLAC) in Milwaukee, WI is conducting market research with the intent of determining the interest, capabilities, and qualifications of potential businesses for the procurement of an agreement with a contractor for the technical support, maintenance and system upgrades of ScriptPro equipment. The system is already installed at each facility. This Sources Sought Synopsis is published for market research purposes. This market research will be used to determine if a set-aside for any small business program is appropriate. Proposed project anticipates competitive, firm fixed price contract. Please review this announcement, including all attachments, in their entirety. Request that interested offerors complete and return a Capabilities Statement as described below. Capabilities Statement will be used to identify firms who possess both the capability and experience to provide automated scheduling and staffing software at the Jesse Brown VAMC, Tomah VAMC, and Hines VAMC. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. Script Pro is proprietary equipment and no other vendor has access or privilege to provide the support services for Script Pro equipment other than the vendor Script Pro, hence the creation of their GSA approved contract for support services. The period of performance shall be for one (1) Base Year of approximately 12 months and four (4) 12-month option years. Prior Government contract work is not required for submitting a response under this sources sought synopsis. Interested Firm's shall respond to this Sources Sought Synopsis no later than 10:00 a.m. Central Time on July 24, 2020. All interested firms must be registered in System for Award Management (SAM) at the time of award to be eligible for award of Government contracts. Email your response to Brandon.Bennett@va.gov POINT OF CONTACT: Brandon Bennett, Brandon.Bennett@va.gov. Submit Capabilities Statements (e-mail preferred) by 10:00 a.m. Central Time on July 24, 2020. Places of Performance: Peoria VA CBOC 7717 N. Orange Prairie Road Peoria, IL 61615 Danville VAMC 1900 E Main St, Danville, IL 61832 Iron Mountain VAMC 325 E H Street Iron Mountain, MI 49801 Madison VAMC 2500 Overlook Ter Madison, WI 53705 Tomah VAMC 500 E. Veterans St Tomah, WI 54660 Milwaukee VAMC 5000 W National Ave. Milwaukee, WI 53295 Appleton VA CBOC 10 Tri Park Way Appleton, WI 54914 Green Bay VA CBOC 2851 University Avenue Green Bay, WI 54311 4. Scope: Monthly support services for the ScriptPro equipment for VISN 12 facilities, which includes Tomah VAMC Outpatient Pharmacy. In the event of upgrade, the contractor is responsible for install and supplies. 5. Specific Tasks: a. The contractor is required to provide all labor, time, materials, and supplies to provide the maintenance and install any and all software updates to the ScriptPro System to ensure the proper functioning at all times. The contractor would support the annual maintenance and services required for Tomah Veterans Affairs Medical Center (VAMC) at the physical address: 500 East Veterans St. Tomah, WI 54660 Bldg. 407, Room 1785. When possible, remote services are authorized. Maintenance and service shall be performed in accordance with the manufacturer s commercial practices. Maintenance and service shall include, but not be limited to cleaning, oiling, adjusting and replacing of parts where needed, and keeping the system in good serviceable condition. The contractor shall provide technical support by telephone for repairs. If the equipment problem remains unresolved even after receiving remote technical assistance, the contractor shall provide on-site service to the Government. The contractor shall also provide emergency repair service. At all times, continuing to provide pharmacy services to our Veterans has to occur. 6. Performance Monitoring: The Government is required to monitor contractor performance and certify the work that is being done at our facility, which is done in accordance with the contract agreement. This monitoring is completed by the COR with compliance from the contract. The COR will do random inspections of the equipment to ensure functioning as well as to have a third-party inspection completed during those inspections. The contract will require the company to provide dates when annual maintenance is being conducted, in order to schedule with the Pharmacy staff. It is critical to ensure the equipment is operational at all times and its important for communication to be upheld between the vendor, COR, CO, staff, and anyone involved, which will establish how well the contractor is performing and identify areas to improve. This will implement any support needed to ensure quality performance for the contract is met. The contractor will report to the COR when services are done physically before and after to ensure services are performed to standards and to its agreement. 7. Security Requirements: The contractor and all those involved in supporting the contract either physically and/or remote contact are subject to the same investigative requirements as those of VA appointees or employees who have access to the same information. The level and process of such investigations are in accordance with VA Directive and Handbook 0710, Personnel Suitability and Security Program. Each contractor is required to sign in when performing work on station and sign out when work is concluded. The contractor must wear a company badge while conducting services as well as appropriate clothing and shoes. Those with technical or physical access to VA information and VA information systems are for designated personnel, and the requested access is limited to the extent necessary to perform functions specified in the contract, agreement, or task order. If a modification needs to be required, the contractor and COR will communicate to the CO for a remedy. 8. Other Pertinent Information or Special Considerations. a. The contractor is required to be respectful towards Tomah VAMC staff, patients, and visitors at all times. When there is a conflict, the COR will communicate to the CO. b. Identification of Potential Conflicts of Interest (COI): Any situation that may influence which contractor should be awarded the contract. An organizational COI is a situation where because of other relationships or activities a person (company) is unable or potentially unable to render impartial assistance or advice to the Government or cannot objectively perform contract work or has an unfair competitive advantage. FAR 9.502 states that an organization COI may result when factors create an actual or potential conflict of interest on an instant contract, or when the nature of the work to be performed on the instant contract creates an actual or potential COI on a future acquisition. An organizational COI exists when the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor or (2) impair the contractor s objectivity in performing the contract work. In services contracts, it is the latter which may most often occur because of a contractor s access to proprietary information, the evaluation and analysis of products which it may produce, and/or its role as an advocate in contract performance or other situations. The primary burden is on the contractor to identify any organizational COI; however, the Government has the responsibility to identify and evaluate such conflicts. The Contracting Officer is charged with avoiding, neutralizing or mitigating such potential conflicts. It is the customer s responsibility to determine that no organizational COI exists. This is because the customer is more familiar with its requirements and the history of the requirements than the Contracting Officer could ever be. Therefore, the customer must decide that no COIs exist, or identify any potential COI that may exist prior to the execution of this contract. d. Packaging, Packing and Shipping Instructions: Contractor shall provide supplies for mailing materials and/or sending labels to return products. e. Inspection and Acceptance Criteria: The COR and the contractor are responsible for certifying that the work done under the contract is performed to time and standard. When services are completed, a report must be sent to the COR. 9. Risk Control: The Tomah VAMC is not responsible for injury or illness to the contractor s employees who perform services either physically or remotely. 10. Period of Performance: October 1, 2020 to September 30, 2021; requesting base plus four years.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/89bd39c9d9194eec9518c3cc422cf3b6/view)
 
Place of Performance
Address: VISN Wide Multiple locations please view attached
 
Record
SN05726853-F 20200722/200720230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.