Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 03, 2023 SAM #8011
SOURCES SOUGHT

D -- 605-24-1-937-0014 l WORKFORCE MANAGEMENT SOFTWARE

Notice Date
11/1/2023 11:45:05 AM
 
Notice Type
Sources Sought
 
NAICS
513210 —
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q0168
 
Response Due
11/9/2023 1:00:00 PM
 
Archive Date
01/08/2024
 
Point of Contact
Kal Carabon, Contract Specialist, Phone: 562-766-2250
 
E-Mail Address
Kahlfanie.Carabon@va.gov
(Kahlfanie.Carabon@va.gov)
 
Awardee
null
 
Description
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 RFI 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 is NOT a solicitation announcement. This is a RFI only. The purpose of this RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 513210 (size standard of $47.0 million). Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI, a solicitation announcement may be published. Responses to this RFI 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 provide a Workforce Management Software that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Loma Lina Healthcare System: The contractor must provide for approximately 75 100 user licenses. The contract shall be responsible for 30-60 hours of implementation support during the initial setup not limited to; creating algorithms and software coding for user specific requirements, programing for block scheduling, full training and support of current and new Client administrators The contractor shall provide technical support on an as-needed basis not limited to; new user registration, deactivating user accounts, software upgrades and updates, future training and support of current and new Client administrators, The software shall be accessible on employee laptops and other internet connected electronic devices both on and off the VA s network. The software must allow staff/Client Administrators to register new users and deactivate user accounts. The software must be capable of automatically matching employees with staffing location based on employee skill set and current and projected staffing needs of the hospital. The software must be capable of bench scheduling and on-call scheduling. The software must be capable of balancing staff scheduling to secure a neutral distribution of staff workload. The software must provide an audit trail for scheduling and scheduling changes. The software must be capable of automatically notifying employees of scheduling changes by sending automatic message to staff s work and personal email. The software must provide monitoring of staffing goals and provide feedback to those goals. The software must provide reoccurring analysis and review of the existing scheduling patterns and practices. Brand name Info: BRAND PRODUCT DESCRIPTION PRODUCT # QTY StaffReady StaffReady Scheduling Module Software (76-100 Software Licenses) SR-SCHED-BASE-VA-1 1 StaffReady Implementation Hours IMP-RATE 30-60 (HRS) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies 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 are capable of providing the sought-out supplies, 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 code 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 re 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 in regards 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 kahlfanie.carabon@gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, November 9th, 2023 at 1:00 p.m. Pacific Time. If a solicitation is issued it shall be announced at a later date, and 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://sam.gov/opp/85deab209b6b4111b9e24638815062f4/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Loma Linda Healthcare System Warehouse 1C05 11201 Benton Street, Loma Linda 92357, USA
Zip Code: 92357
Country: USA
 
Record
SN06873935-F 20231103/231101230100 (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.