Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOURCES SOUGHT

G -- TELEHEALTH NETWORK MEMBERSHIP FEES

Notice Date
7/29/2009
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Veterans Affairs, Spokane VAMC, Department of Veterans Affairs Medical Center, Department of Veterans Affairs;Contracting & Purchasing (90C);4815 N Assembly ST;Spokane WA 99205-6197
 
ZIP Code
99205-6197
 
Solicitation Number
VA-260-09-RQ-0492
 
Response Due
8/3/2009
 
Archive Date
8/13/2009
 
Point of Contact
Jackie Merriman<br />
 
E-Mail Address
CONTRACTING OFFICER EMAIL
(JACKIE.MERRIMAN@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY - Solicitations are NOT being requested at this time. This notice does not constitute a commitment by the Government. The Department of Veterans Affairs has a future requirement for access to a Telehealth, Videoconferencing Network for Veterans in and around the Spokane, Washington area (See list attached to the Market Survey). The National American Industry Classification System (NAICS code is 518210 (Size Standard: $25.0 million). The Government will contemplate awarding a firm-fixed price contract resulting from the future solicitation. The contract period shall consist of an estimated twelve (12) month base period with four (4), twelve (12) month option periods for renewal. The Government solicitation document to provide these services is being developed and a contract may or may not result. Market research is being conducted to determine interest and capability of potential sources for this requirement. All information submitted in responses to this announcement 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 Market Survey Questionnaire is attached. All future information about this acquisition, including solicitation and/or amendments, will be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information regarding this acquisition. The response date for the market survey is 2:00 PM PDT, August 3, 2009. No collect calls will be accepted. No telephone request or written requests for the market survey will be accepted. All responses to the Market Survey Questionnaire may be submitted in hard copy to Jackie Merriman, Contracting Officer, US Department of Veterans Affairs, Spokane VA Medical Center, 4815 N Assembly Street, Spokane, WA 99205-6179. Please note: All contractors doing business with the Federal Government must be registered in the Central Contractor Registration (CCR) database. The website for registration is www.ccr.gov. MARKET RESEARCH QUESTIONNAIRE Access to an established network of telehealth and videoconferencing services with Medical Centers in the Spokane, Washington and Surrounding Areas The Department of Veterans Affairs is conducting market research in compliance with Federal Acquisition Regulation, Part 10. The services will encompass the provision of telehealth and videoconferencing services, training and system orientation, scheduling and operational assistance to the Spokane VA medical center. This service will provide Veterans and medical center staff with a robust videoconferencing network throughout the Northwest that facilitates live, confidential interaction for patient consults, health education, medical training, business administration and other related activities. Prospective vendors must be able to provide videoconferencing services between the Spokane VA Medical Center and several hospitals and medical facilities within Spokane, Washington and its surrounding area to include but not limited to: Grays Harbor County Public health and Social Services, Aberdeen, WA; Lake Chelan Community Hospital, Chelan, WA; St. Joseph's Hospital, Chewelah, WA; Tri-State Memorial Hospital, Clarkston, WA; Kootenai Medical Center, CDA, ID; Whitman Hospital and Medical Center, Colfax, WA; Mt. Carmel Hospital, Colville, WA; Coyote Ridge Corrections Center, Connell, WA; Lincoln County Hospital, Davenport, WA; Dayton General Hospital, Dayton, WA; Enumclaw Community Hospital, Enumclaw, WA; Columbia Basin Hospital, Ephrata, WA; Klickitat Valley Hospital, Goldendale, WA; Coulee Community Hospital, Grand Coulee, WA; Syringa General Hospital, Grangeville, WA; Inchelium Community Health Center, Inchelium, WA; San Poil Valley community Health Center, Keller, WA; Kennewick General Hospital, Kennewick, WA; Pine Lodge Corrections Center for Women, Medical Lake, WA; Samaritan Healthcare, Moses Lake, WA; Newport Community Hospital, Newport, WA; Odessa Memorial Healthcare Center, Odessa, WA; Mid-Valley Hospital, Omak, WA; Othello Community Hospital, Othello, WA; Garfield County Memorial Hospital, Pomeroy, WA; Pullman Regional Hospital, Pullman, WA; Quincy Valley Medical Center, Quincy, WA; Ferry County Memorial Hospital, Republic, WA; Northwest MedStar, Richland, WA; East Adams Rural Hospital, Ritzville, WA; Providence Health and Services, Seattle, WA; Deaconess Medical Center, Spokane, WA; Holy Family Hospital, Spokane, WA; Providence Sacred Heart Medical Center & Children's Hospital, Spokane, WA; Spokane Valley Medical Center, Spokane, WA; St Luke's Rehabilitation Institute, Spokane, WA; Sunnyside Community Hospital, Sunnyside, WA; Washington State Department of Health, Tumwater, WA; Magic Valley Region Medical Center, Twin Falls, ID; St. Mary Medical Center, Walla Walla, WA; Washington State Penitentiary, Walla Walla, WA; Spokane Tribal Emergency Response, Wellpinit, WA and Skyline Hospital, White Salmon, WA. Please answer the following questions: 1. The North American Industrial Classification System (NAICS) code for Data Processing, Hosting, and Related Services is 518210, which sets the small business size standard at $25.0 million (below $25.0 million in gross revenues is considered small, above $25.0 million in gross revenues is considered large). Based on this standard, what is your business size, small or large? _____Small _____Other than small 2. Can your firm provide the service as either a prime contractor or as a subcontractor? _____Prime _____Subcontractor 3. If you are a small business, what level of subcontracting, if any, would your firm utilize? At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. % 4. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. _____ "8(a)" program _____ HUBZone Program _____ Women-owned small business concern _____ Veteran-owned small business concern _____ Service-disabled veteran-owned small business concern _____ Use of a price evaluation adjustment for a small disadvantaged business concern 5. Can your firm provide firm fixed unit prices for future contract periods (for example: a contract with a base year and four option years, equaling a total of five years)? _____5 years _____4 years _____3 years _____2 years _____1 year only 6. Are these described services "customarily available" in the marketplace? _____Yes _____No 7. How many calendar days does your firm need to prepare a proposal resulting from this solicitation? _____15 days _____30 days _____45 days _____60 days 8. Is your company registered in Central Contractor Registration (CCR)? _____Yes _____No 9. If awarded a contract, how many calendar days following an award would it take your firm to begin providing services to the institution? Calendar days 10. Please indicate any General Services Administration Federal Supply Schedule (FSS) contract number(s) your firm has been awarded in association with the aforementioned services and their respective expiration date(s). FSS number(s): Expiration date(s):______________________ 11. Please furnish the following information in reference to your firm: Name: ______________________________________________________________________________ Address: ____________________________________________________________________________ Point of Contact: ______________________________________________________________________ Telephone Number: ___________________________________________________________________ E-mail Address: ______________________________________________________________________ 12. Please explain if your firm can provide the services described above. Include qualifications and work done with government agencies (VA specifically) if applicable. Add attachments if necessary. ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ I am extremely appreciative of the time you have taken to complete this questionnaire. Please mail, e-mail (jackie.merriman@va.gov) or fax (509) 434-7101 your response to the attention of Jackie Merriman no later than Friday, August 15, 2009. Please call me at (509) 434-7228, should you have any questions. Sincerely, /s/ Jackie Merriman, Contracting Officer US Department of Veteran's Affairs Spokane VA Medical Center 4815 N Assembly Street Spokane, WA 99205-6179 solicitation Solicitations will be distributed solely through the General Services Administration Federal Business Opportunities website at www.fedbizopps.gov. Hard copies of the solicitation will not be available. The website provides downloading instructions to obtain all documents relating to the solicitation. All future information concerning this acquisition, including the presolicitation notices, solicitation, and any subsequent amendments, will be distributed solely through the website. Interested parties are responsible for monitoring the website to ensure they have the most up-to-date information about the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SpVAMC/VAMCCO80220/VA-260-09-RQ-0492/listing.html)
 
Place of Performance
Address: See Attached<br />
Zip Code: 99205<br />
 
Record
SN01892062-W 20090731/090730001606-cccbd648453753c771a2a310e2ed104d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.