Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2020 SAM #6898
SOLICITATION NOTICE

70 -- VoiceOver PRO User Licensing and Maintenance

Notice Date
10/16/2020 1:54:42 PM
 
Notice Type
Presolicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
 
ZIP Code
90815
 
Solicitation Number
36C26221Q0032
 
Response Due
10/21/2020 12:00:00 PM
 
Archive Date
11/05/2020
 
Point of Contact
Helena Roba, Contracts Specialist, Phone: 951-601-4532
 
E-Mail Address
helena.roba@va.gov
(helena.roba@va.gov)
 
Awardee
null
 
Description
RFI #36C26221Q0032 VoiceOver Pro Speech Recognition System Responses to this RFI must be received no later than Wednesday October 21, 2020 at 12:00 P.M. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This Request for Information is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION: This notice is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 334614 or (related). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can supply the Veterans Affairs Long Beach VA Healthcare with VoiceOver Pro Speech Recognition System. The VA Long Beach Health Care System Laboratory Anatomic Department is seeking to procure speech recognition software that will allow the VHALB pathology staff to dictate reports using speech recognition and templating features. The Voice Over Pro Speech Recognition System shall be designed to be integrated with the Vista Anatomic Pathology Information System. The contractor shall provide all necessary supplies, accessories, equipment, initial training, and resources required to deliver the requirements. The contractor will handle and segment the project implementation into five stages. These five stages will include Analysis, Planning, Workflow Integration, Customization and Preparation for Productive use, Go-Live, and Transition to support. During the workflow integration and customization phase, the contractor will integrate their software with the facilities underlying systems and hardware. This will require access to the test system and a network computer that is connected to VistA. The VoiceOver PRO will allow for the pathology staff to dictate on multiple workstations using speech recognition. Below is the line item description of the VoiceOver PRO requirement. ITEM DESCRIPTION QTY UNIT 1. VoiceOver PRO User License -VOPROUSRLIC-G GOV 9 EA 2. VoiceOver PRO License-Small VOPROLICS-GOV 1 EA 3. VA VistA Personality License-Small -VOP-VVTS-GOV 1 EA 4. Onboarding & Adoption - SVR-ONB-GOV 25.50 EA 5. CAP Pathologist Subscription -CAP-PATHSUB-GOV 6 EA 6. VoiceOver PRO User License Maintenance- VOPROUSRLIC-MTC-GOV 9 EA 7. VoiceOver PRO License-Small Maintenance - VOPROLICS-MTC-GOV 1 EA 8. VA VistA Personality License-Small Maintenance - VOP-VVTS-MTC-GOV 1 EA 9. SoundTech - Boom Mic (USB)Maintenance - HRWMIC-STBMUSB-MTC-GOV 8 EA 10. Sennheiser Wireless Kit Maintenance - HRWMIC-SWK3G-MTC-GOV 2 EA 11. PI Engineering - XKeys XK-3 FP Maintenance - HRWFP-PIXKEYXK-MTC-GOV 10 EA 12 AA Rechargeable Battery Unit Maintenance - HRWACC-AABU-MTC-GO 2 EA The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS 334614 or (related) identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities with regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to helena.roba@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday October 21, 2020 at 12:00 P.M. PST with the subject titled RFI # 36C26221Q0032 VoiceOver PRO . If a solicitation is issued it shall be announced at a later date. All interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f1b0e015c58549c599ffac0e9040ee56/view)
 
Place of Performance
Address: Va Long Beach Healthcare System 5901 East 7th Street Long Beach, CA 90822
 
Record
SN05829825-F 20201018/201016230136 (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  © 1994-2020, Loren Data Corp.