7J20-- 36C256-24-AP-1390 AHCP License Software Base 4 Yr (VA-24-00039470)

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Texas
Type of Government: Federal
Category:
Posted: Apr 24, 2024
Due: Apr 30, 2024
Solicitation No: 36C25624Q0798
Publication URL: To access bid details, please log in.
Follow
7J20-- 36C256-24-AP-1390 AHCP License Software Base 4 Yr (VA-24-00039470)
Active
Contract Opportunity
Notice ID
36C25624Q0798
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
256-NETWORK CONTRACT OFFICE 16 (36C256)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 24, 2024 07:30 am CDT
  • Original Response Date: Apr 30, 2024 01:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 7J20 - IT AND TELECOM - SECURITY AND COMPLIANCE PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 541512 - Computer Systems Design Services
  • Place of Performance:
    2002 Holcombe BLVD Houston TX , 77030
    USA
Description
Sources Sought Notice
Sources Sought Notice

Sources Sought Notice - RFI Attachment
Sources Sought Notice
Page 1 or 4
DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the government to enter into a contract, nor does it restrict the government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the government. Information submitted in response to this notice is voluntary; the government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the government. The government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or General Services Administration (GSA). It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.
1. Title: After Hospital Care Plan (AHCP) License Service

2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy for example, set-aside, sole source, or unrestricted for a solicitation the VA intends on issuing shortly as follows:

The Michael E. DeBakey VA Medical Center (MEDVAMC) located in Houston; Texas has a requirement for After Hospital Care Plan (AHCP) License Service; items listed below and Draft SOW/PWS attached.

Item #
Description of Service/Part Number* Products
Unit
Qty
0001
Base Year Software Program Subscription Service
Yr.
1
1001
Option Year 1 Software Program Subscription Service
Yr.
1
2001
Option Year 2 Software Program Subscription Service
Yr.
1
3001
Option Year 3 Software Program Subscription Service
Yr.
1
4001
Option Year 4 Software Program Subscription Service
Yr.
1

The Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code is 5415512 - Computer Systems Design Services with a size standard of $34 million. Product Supply Code (PSC) 7J20 IT-Telecom-Security and Compliance Products (Hardware and Perpetual Software).

The anticipated type of contract shall be a Single Award, Firm Fixed Price. The Government wishes to enter into a contract with a base year and four, one-year pre-priced options, not to exceed (NTE) five (5) years in total to be exercised at the Government s discretion.

3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI:
Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:

Point(s) of contact name: _______________________________________________

Address: ____________________________________________________

Telephone number: ___________________________________________

Email address: _______________________________________________

UEI #: ____________________________________

CAGE Code: _______________________________

Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite NAICS code identified above?
Can your company support all equipment and software?
Can your company provide technicians/engineers trained and certified by the manufacturer to work the identified equipment & associated software?
What is your Mean Time to Repair (MTTR) from receipt of initial service calls?
Does your company provide support for any of the stated equipment at other VA facilities? If so, please provide contract & contact information.
For the equipment listed in above what is the recommended Preventative Maintenance (PM) schedule(s) (monthly, quarterly, semi-annual, annual)?
What are the projected unit costs for the service schedule identified above?
Do you have a sample Statement of Work (SOW)/Performance Work Statement (PWS) you can share?
Do you have a sample Quality Assurance Surveillance Plan (QASP) you can Share?
Are there national service standards for this equipment? If so, what are they and what organization establishes the standards?
Do you have sample or recommended evaluation criteria you can share?
What is recommended industry best practices for this type of requirement?
Is your company available under any Government Wide Agency Contract (GWAC), Solutions for Enterprise-Wide Procurement (SEWP), National Acquisition Center (NAC), GSA Schedule, Federal Supply Schedule (FSS), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)?

The VA does not accept grey market items; therefore, the Vendor must attach an Authorized Distribution Letter as an approved and authorized vendor on OEM letterhead by the manufacturer as evidence of proof to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.

4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.

5. RFI responses are due by 13:00pm Central Time by close date listed above; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email listed in Item #5 Contact Information below. There is no page limitation on subparagraphs 3(a) - 3(g).

The subject line shall reference that Request for Information (RFI) number above.

NO SOLICITATION EXISTS AT THIS TIME.

Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI.

Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contracting Team.

If no responses to this notice are received from an authorized distributor of the cited brand name items listed above, then this action will be sole sourced to the manufacturer.

6. Contact Information:
Contract Specialist
Lekeicia Anderson-Spight
Lekeicia.anderson@va.gov

Your response to this notice is greatly appreciated!
Attachments/Links
Contact Information
Contracting Office Address
  • 715 SOUTH PEAR ORCHARD RD., PLAZA 1
  • RIDGELAND , MS 39157
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2024 07:30 am CDTSources Sought (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...POS-COMPUTER HARDWARE BID School Nutrition 4/19/2024 5/20/2024 10:00:00 AM (CT)...

ECISD(Ector County Independent School District )

Bid Due: 5/20/2024

...Follow FY24 Renewal of CDP Hardware/Software Maintenance Support Active Contract Opportunity...: 541512 - ...

Federal Agency

Bid Due: 10/26/2024

...PRODUCTS (HARDWARE AND PERPETUAL LICENSE SOFTWARE) NAICS Code: 334111 - Electronic Computer...

DEPT OF DEFENSE

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.