SOURCES SOUGHT
D -- NEW - Infusion Therapy Manager (ITM) Application for DSS, Medical Service, Hampton VAMC
- Notice Date
- 5/15/2024 11:47:15 AM
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER AUSTIN (36C10A) AUSTIN TX 78744 USA
- ZIP Code
- 78744
- Solicitation Number
- 36C10A24Q0076
- Response Due
- 5/22/2024 7:00:00 AM
- Archive Date
- 07/21/2024
- Point of Contact
- Tianna Woods, Contract Specialist
- E-Mail Address
-
tianna.woods@va.gov
(tianna.woods@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- Request for Information (RFI) Document Storage System (DSS) Infusion Therapy Manager (ITM) Application Brand Name or Equal Request for Information: 36C10A24Q0076 INTRODUCTION THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This request is for planning purposes only and does not constitute a Request for Quotation (RFQ), a Solicitation, or an indication that the Government will award a contract for the items contained in this RFI. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for any costs associated with submission of the information being requested or, reimburse expenses incurred for responses to this RFI. Companies are encouraged to respond if they have the capability and/or capacity to provide the items identified below. This RFI notice is part of the Government s Market Research, a continuous process for obtaining the latest information from industry, with respect to their current and near-term abilities. If there are not multiple responses to this RFI from preferred socioeconomic categories, any future RFQs for this requirement will be open to ALL Contract Holders in all Groups under the applicable North American Industry Classification System (NAICS). The Government requests information regarding whether or not vendors can provide any/all of the products identified; please see the attached draft Performance Work Statement (PWS). Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The North American Industry Classification System (NAICS) for this requirement is 541519. The Small Business Size Standard 150 Employees. Small Business companies with the capability to perform this requirement, in total or in part, are encouraged to participate. If you are interested only in subcontracting opportunities, please indicate this fact clearly in your submission. Should you believe a different NAICS code better applies to the requirement requested under this request for information please provide your suggestions in your response to the RFI. Please indicate your company size and socio-economic status for applicable NAICS codes. Be advised that set-aside decisions may be made based on the information provided in response to this RFI. Responses should be as complete and informative as possible. RFI RESPONSE INSTRUCTIONS There is a page limitation for this RFI of 5 pages. The Government will not review any other information or attachments included, that are in excess of the 5-page limit. NO MARKETING MATERIALS ARE ALLOWED AS PART OF THIS RFI. Generic capability statements will not be accepted or reviewed. Your response must address capabilities specific to the services required in the attached PWS and must include the following: Interested Vendors shall at a minimum, provide the following information in the initial paragraph of the submission: Name of Company SAM Unique Entity ID Commercial and Government Entity (CAGE) Code Address Point of Contact Name Phone Number Fax Number Email address Company Business Size and Status NAICS code(s) Socioeconomic data Existing Contractual Vehicles the contractor holds for providing these services (Government Wide Acquisition Contract (GWAC), Federal Supply Schedule, other agency GWACs or Multiple Award Contract, etc.) For Service-Disabled Veteran Owned Small Business (SDVOSB) / Veteran Owned Small Business (VOSB), proof of verification in the U.S Small Business Administration Veteran Small Business Certification. Provide a summary of your capability to meet the requirements contained within the draft PWS for the following areas: Provide a summary of your technical capability to meet the PWS requirements. Provide a rough order of magnitude (ROM). Corporate experience or expertise in performing these services and specific examples or references. Specific examples or references provided must include the agency, point of contact, dollar value, and contract number. For SDVOSB/ VOSB concerns, indicate whether at least 50 percent of the cost of performance incurred is planned to be expended for employees of your concern or employees of other eligible SDVOSB/VOSB concerns. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the software development and production operations support services to be performed under this effort. _____ YES ______ NO (if NO, answer question f.) If NO , please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost-effective effort. RESPONSES If you can provide the necessary supplies or services, please respond to this RFI certifying capability. Note: Provide a capability package that is clear, concise, and complete. The VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this RFI. VA is contemplating a firm fixed price task order, and anticipates awarding to only one responsive, responsible contractor. Responses are due no later than 10:00 a.m., May 24, 2024, via email to Tianna Woods, Contract Specialist at Tianna.Woods.@va.gov and Lori L. Walker, Contracting Officer at Lori.Walker1@va.gov Please note Document Storage Systems, Inc., Infusion Therapy Manager Application, Brand Name or Equal, in the subject line of your response. Mark your response as Proprietary Information if the information is considered business sensitive. The email file size shall not exceed 5 MB. 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 market as proprietary will be handled accordingly. In accordance with 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. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/42784e994a254f77ac3f4c220aeac099/view)
- Record
- SN07065854-F 20240517/240515230053 (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 |