SOURCES SOUGHT
D -- Sources Sought - Rauland Responder 5 Service Agreement
- Notice Date
- 1/3/2024 11:36:31 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0205
- Response Due
- 1/9/2024 3:00:00 PM
- Archive Date
- 01/24/2024
- Point of Contact
- Peter Park, Contract Specialist, Phone: 360-696-4061 x31595
- E-Mail Address
-
Peter.Park2@va.gov
(Peter.Park2@va.gov)
- Awardee
- null
- Description
- Notice of Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and Small Businesses interested and capable of providing the services requested, as well as any large businesses. The results from this source sought notice will be used to determine the appropriate set-aside. The intended contract is a firm-fixed price service contract. The SBA Non-Manufacturer Rule is not applicable as the intended contract is for services. The Department of Veterans Affairs, NCO20 is looking for manufacturer authorized service providers with access to OEM parts of the following requirement: Annual software maintenance service for Rauland Responder 5 (Base + 4 Option Years) Current number of licenses: Portland VAMC: 15 licenses for PC Console, 15 Wireless Phones, 15 Staff Assignments Vancouver VAMC: 3 licenses for PC Console, 3 Wireless Phones, 3 Staff Assignments Statement of Work: 1. Background The VA Portland Health Care System requires a software maintenance agreement to ensure that that the nurse call system has the latest software and that it is maintained by a qualified person. 2. Scope All work is to be performed onsite at the Portland campus and the Vancouver campus. The work will be updating and maintaining the software on all of the Branch Regional Controllers (BRC) and the virtual server. There are 19 BRCs in Portland and 3 BRCs in Vancouver and a virtual server. 3. Specific Tasks General Requirements: Vendor to provide labor, and travel to maintain the nurse call system programming up to date and in good working order for the entire contract. Additional requirements include: Unlimited telephone technical support in regards to the software available M-F from 8:00am- 7:00pm PST. When a call for service is placed, virtual technical support will respond within one (1) hours. Onsite response, once determined it is needed, will be within four (4) hours of the request notification. Corrective programming maintenance and repair, including labor and travel/travel-related costs during normal coverage hours of Monday through Friday 8AM to 5PM. A service report submitted after each act of programming maintenance or repair via e-copy Unlimited hospital staff applications support 4. Performance Monitoring The tasks are well defined and can, therefore, be easily monitored by the Government point of contact (POC), who shall represent the government for this process. The contractor performance will be monitored, and the work certified by the POC. The POC will assure contractor quality by routine inspections, product sampling, and monitoring of work while work is being performed. 5. Security Requirements All contractor employees will be escorted and monitored by a VA employee when onsite. The process to obtain a background check of the responsible FSE will be started on first arrival. 6. Other Pertinent Information or Special Considerations. The contractor shall provide service technicians that have specialized experience with Rauland Responder 5. The contractor s services technicians must be original equipment manufacturer (OEM) trained on the Rauland Responder 5 system and have a valid training certificate that is kept up to date. The contractor s service technician shall have regional support. 7. Inspection and Acceptance Criteria. The POC is responsible for certifying that the work done under this contract is performed to standard. The POC is also responsible to assure the inspection and acceptance of products provided incidental to services. 8. Place of Performance. Work will be performed at the VA Portland HCS, Portland and Vancouver campus. 9. Period of Performance. Base year 3/1/2024 through 2/28/2025 with 4 additional option years. Required Information in Your Response to Sources Sought: In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov by below response deadline: 1) Company name, address, and point of contact, phone number, e-mail address, and UEI. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 811210 Electronic and Precision Equipment Repair and Maintenance. To be considered a small business your company must have less than 34 millions in annual receipts. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/. 4) Only authorized service representatives/providers of the manufacturer with access to OEM parts will be considered. No used, refurbished, remanufactured, or counterfeit parts will be allowed. Please provide a proof of authorized service provider letter from the manufacturer. 5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. (Base + 4 Option Years) 6) Capabilities Statement addressing the requirements in the Statement of Work to include: References for similar services currently being provided or previously provided at the required service levels as outlined in the Statement of Work. Evidence of OEM training certificates received by service engineers. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Service Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd Portland, OR 97239 Point of Contact: Peter Park Contracting Officer peter.park2@va.gov Response Deadline: 01/09/2024 by 3:00pm Pacific Time
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7c8aceedb8f948c894d370c97a12e6d9/view)
- Place of Performance
- Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd, Portland 97239
- Zip Code: 97239
- Zip Code: 97239
- Record
- SN06926129-F 20240105/240103230046 (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 |