SOLICITATION NOTICE
70 -- Vocera communications Solutions Software Version 6.x
- Notice Date
- 8/18/2022 10:27:35 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24822Q1620
- Response Due
- 8/23/2022 9:00:00 AM
- Archive Date
- 09/22/2022
- Point of Contact
- Lakiesha Anderson, Contract Specialist, Phone: 561-618-2398
- E-Mail Address
-
lakiesha.anderson@va.gov
(lakiesha.anderson@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This is an Amendment to the combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. The purpose of this amendment 0001 is to reflect exception to NAICS Code 541519 small business standard size from $30 Million to 150 Employees. The closing date has been extended to August 23, 2022. Please see below. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 dated April 26, 2022. This solicitation is set-aside for SDVOSBs/VOSBs. The associated North American Industrial Classification System (NAICS) code for this procurement is 541519 (Exception) with a small business size standard of 150 Employee. The FSC/PSC is 7G21. The Bruce W. Carter VA Medical Center / Miami Veterans Healthcare System / 1201 Northwest 16th Street / Miami, FL 33125-1624 is seeking to upgrade current Vocera communications solutions software to version 6.x. Vocera Voice and Engage Migration to Platform 6.x Vocera Analytics All interested companies shall provide quotations for the following: Supplies/Services Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 CSC-22 Clinical Solutions Consultant 147 EA 0002 T&E Installation/Travel Expense 1 EA Deliverable: Remotely install and configure the 6.x version of Vocera for Voice, Engage and Telephony services. Work with internal groups as identified by Customer to ensure external access while maintaining internal security practices. Synchronize the Messaging service with the Vocera Voice service and Customer s Active Directory, prior to provisioning the Vocera Vina application. Validate that your system environment will support this release. The System must adhere to Vocera requirements specified in the Vocera Sizing Matrix and the Infrastructure Guide. Conduct end-to-end testing of the Vocera solution, working with your team to troubleshoot issues which may arise during the end-to-end testing. Provide an Implementation Report documenting the initial configuration of the system at the completion of the installation. Work with the third-party vendor representative(s) to configure the alarm data output connection to communicate with Vocera 6.x Platform. Configure the alarm configuration to reestablish the existing third-party integrations. Work with the third-party vendor representative(s) to enable nurse call system caregiver to call back functionality (if applicable). Conduct testing with clinical and technical stakeholders to demonstrate the customized design configuration in a controlled, pre go-live setting. Both technical and clinical teams should participate in order to verify functionality as designed. Debrief the hospital team (PM, clinical leadership, system admin) with the final analysis of the Solution Validation and discussions will focus on any issues/concerns, technical hurdles, validation of the system and next steps. Teach Vocera Platform 6 system administrators and their backup administrators how to administer and maintain the Vocera Platform on a daily basis. Topics include managing users and groups in the Web Console, understanding policies and permissions, and troubleshooting using the audit log. Remote Deliverables Install and configure the most current GA release of Vocera software on the Vocera Analytics server. Install and configure Vocera Analytics monitoring agents on the Vocera Analytics server for data collection: Verify connectivity and data collection for all configured data sources. Conduct end-to-end testing of the Vocera Analytics solution, including: Review of Vocera Analytics data and User Interface presentation. Dashboard review of facilities, units, and users. Provide a remote comprehensive overview of the Vocera Analytics server functionality including basic system troubleshooting and monitoring services. Delivery shall be provided no later than 60 days after receipt of order (ARO). Delivery shall be FOB Destination. Place of Performance/Place of Delivery Address: Bruce W. Carter VA Medical Center Miami Veterans Healthcare System 1201 Northwest 16th Street Miami, FL Postal Code: 33125-1624 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.211-6, Brand Name or Equal FAR 52.212-1, Instructions to Offerors Commercial Items FAR 52.212-3, Offerors Representations and Certifications Commercial Items Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAY 2022) Only new equipment is acceptable; no remanufactured, used/refurbished or ""gray market"" items. No product in development shall be considered. All items must be covered by the manufacturer's warranty. All quoters shall submit the following: The name, address, and telephone number of the vendor. Tax Identification Number (TIN) SAM UEI Number / DUNS Number / Cage Code Point of Contact for submission of orders if awarded a contract Authorized Distributor Letter certified by OEM. Quoted price shall include delivery. All quotes shall be sent to the following email address: Lakiesha.anderson@va.gov. Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government. The following are the decision factors: Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The information identified and provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the supplies being requested. The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions. ADDENDUM to 52.212-2 EVALUATION COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical or Quality Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical or Quality: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Price: The Government will evaluate the price by adding the total of all line item prices. The Total Evaluated Price will be that sum. (End of Provision) To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 8/23/2022 by 12:00 PM (EST) at lakiesha.anderson@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact Contracting Specialist Lakiesha Anderson Lakiesha.anderson@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6695244c97144a3e97ec33df0d2addea/view)
- Record
- SN06433210-F 20220820/220818230129 (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 |