Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2022 SAM #7477
SOURCES SOUGHT

70 -- RTLS-Asset Tracking Hardware and software -

Notice Date
5/19/2022 11:07:49 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25622Q0949
 
Response Due
5/31/2022 9:00:00 AM
 
Archive Date
06/05/2022
 
Point of Contact
Oney.kelly@va.gov, Oney Kelly, Phone: 713-791-1414
 
E-Mail Address
Oney.Kelly@va.gov
(Oney.Kelly@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) 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 GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI 1. Title: Centrak Real Time Location Tracking System (RTLS) 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: The purpose of this sources-sought notice is to identify qualified contractors that can provide a Real Time Location System (RTLS) asset tracking solution to the Department of Veterans Affairs (VA) Veterans Health Administration (VHA) for 9 VA locations. VA depends on Information Management/Information Technology (IM/IT) systems to meet mission goals. RTLS technology combines a variety of signaling and wireless communication methods to determine the location of tagged assets which speeds up annual inventory, locates equipment, reduces theft/loss, and improves the clinical workflow. The Contractor shall provide an RTLS Asset Tracking Solution that meets the requirement as outlined below: The contractor shall provide RTLS solution that shall include RTLS hardware, software, documentation, and incidental services. Incidental services shall include installation, configuration end user acceptance testing, training, warranty, maintenance services and technical engineering services. Project management to include delivering a Contractor Project Management Plan; Monthly Progress Report; and Technical Kickoff Meeting Presentation, Agenda, and Minutes Site pre-assessment/assessment delivering a RTLS Site Assessment Report RTLS Design to include time stamping, installing all RTLS supporting hardware and components, and delivering a Hardware Deployment Design Document CenTrak Hardware and Physical installation: Clinical Grade Locating, Infrared Infrastructure to cover 1300 rooms/spaces and 5000 MultiMode asset tags. Low Frequency Exciters, and Virtual Walls. CenTrak Services, to include: Engineering: Survey, Design, Installation, Configuration, Certification & Testing Program Management & Training Affixing 00% of 5000 asset tags Software/Middleware installation, configuration and testing Travel Software and installation to include: CenTrak Connect: Core, Stream, Pulse and upgrades CenTrak-Cisco Mobile Security Engine (MSE) Integration Module Active Directory Sync Connector Infor LBI which is compatible with Centrak RTLS application for the user interface CenTrak Support, (annual and required) to include: Annual Software License and Support Additional Twelve (12) months Warranty Software maintenance/support/bug fixes/upgrades/patches Pulse Global Monitoring System (GMS) Management, Monitoring & Maintenance Tech support and troubleshooting Hand Hygiene coverage of 200 rooms 540 dispenser 150 staff badges Additional software that provides real-time visibility services for asset and workflow management, environmental monitoring, and staff and patient safety. The software must provide automated collection of location movements, workflow milestone timestamps, contextual status, and automated messaging. Additionally, the software must provide optional mobile application features for asset tracking, staff backup, and environmental monitoring. Implementation Services include software installation, configuration, rendering maps, wireframes and rejoining, map import, testing and user training. Configure locations and Servers using the existing VA National naming conventions. Configure RTLS devices within the additional software in #8 above. Tracking of all issues and incidents via an electronic ticketing system. Veterans Integrated System Technology Architecture (VistA) interface with Advanced Event Management System (AEMS)/Mobile Emergency Response System (MERS) Management System, Defense Medical Logistics Standard Support (DMLSS), and Department of Defense (Cerner) Post-Installation System Validation (facility acceptance testing) which provides the Performance Test Plan, Remediation Hardware Report, and Performance Test Report. Develop and provide a Facility Training Plan and deliver onsite or remote training, workshop, and consulting services to encompass system user training, technical maintenance and repair training, system administration training, and transition planning and manuals. Annual or multi-year Warranty Any travel is incidental VA is seeking sources capable of providing an RTLS Asset Tracking Solution that meets the requirement outlined above. If interested and capable of providing for this effort, please see How to Respond instructions below. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 541519 is ____________ (employees or dollars). 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: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. 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: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 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. Therefore, 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. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 11:00am (CST), May 24, 2022 via email to Oney.kelly@va.gov RFI responses are due by 10:00am (CST), Tuesday, May 31, 2022; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to Oney.kelly@va.gov the subject line shall read: MEDVAMC Centrak Real Time Location Tracking System (RTLS) . NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). 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 Contract Team. 7. Contact Information: Oney Kelly Oney.kelly@va.gov Your response to this notice is greatly appreciated!
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c2795fd4611548ca90c0e2711813bac8/view)
 
Place of Performance
Address: Will specify VA Locations
 
Record
SN06333313-F 20220521/220519230105 (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  © 1994-2020, Loren Data Corp.