Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
DOCUMENT

D -- VA Enterprise Real Time Location System (RTLS) - Attachment

Notice Date
9/8/2011
 
Notice Type
Attachment
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;Center for Acquisition Innovation-Austin;1701 Directors Blvd;Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA118A12RP0118
 
Response Due
10/3/2011
 
Archive Date
1/10/2012
 
Point of Contact
Lateefah S Parker
 
E-Mail Address
1-4424<br
 
Small Business Set-Aside
N/A
 
Description
NOTICE: The Department of Veterans Affairs (VA) intents to take comments and questions on an on-going basis, with an initial cut off date of September 14, 2011. Request for Comment - Real Time Location Systems (RTLS) THIS IS NOT A SOLICITATION: This is a request for comment only. Do not submit a proposal or quote. The Department of Veterans Affairs (VA), Center for Acquisition Innovation-Austin (CAI-Austin) is soliciting for comments related to the DRAFT PWS and SAMPLE USE CASES (Reference Attachment A) for the RTLS Program. The PWS is for the upcoming RTLS firm-fixed-price (FFP) contract for hardware, software and Information Technology (IT) Services. After reviewing the DRAFT PWS and SAMPLE USE CASE attachments within this announcement, interested and capable contractors are invited to provide responses to the following questions. Responses should follow this format and be submitted electronically as one complete document. VA intents to take comments and questions on an on-going basis, with an initial cut off date of September 14, 2011. Solicitation Number VA118A-12-RP-0118 has been assigned for tracking purposes only. The solicitation and evaluation criteria are not available at this time. The preliminary NAICS code for this effort is 334119, Other Computer Peripheral Equipment. The Small Business Size Standard for this NAICS code is $25.0 million. For more information, refer to http://www.sba.gov/. Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 1. Has the PWS sufficiently described the technical and functional requirements that encompass the desired solution? ______ YES _______ NO (answer question #2) 2. If no, please provide your technical and functional comments/recommendations on elements of the PWS that may contribute to a timely, cost effective RTLS solution to include the National Data Repository (NDR) solution. 3. Please provide Rough Order of Magnitude (ROM) price information for the tasks described in the PWS. 4. Does the PWS contain key areas (tasks) or risk which specifically impact price? ______ YES (answer question#5)_______ NO 5. Please identify key risk areas and price drivers (with recommended mitigation) for tasks described in the PWS. 6. To assist with understanding the types of ways VA is planning to use RTLS technology, Attachment B includes a sample of Use Cases. Questions 6a - d are concerning the sample Use Cases: a.Is RTLS the appropriate technology for the NCA Use Case? What specific technology would be proposed, active or passive? How will this technology facilitate the needs identified by NCA? b.What are the potential implementation costs for your proposed solution specific to the NCA Use Case as defined? This is a non-binding estimation but is essential in establishing the IGCE. Estimates could identify granular cost information for hardware, tags, software and installation. c.Will your proposed RTLS technology solution enhance the existing passive technology used for folder tracking in the VBA? If yes, please describe how this process may be enhanced by your solution? What specific technologies will be employed? d.What are the potential implementation costs for your proposed solution specific to the VBA Use Case as defined? This is a non-binding estimation. Estimates should identify granular cost information for hardware, tags, software and installation. 7. Does your company plan to be the prime contractor or subcontractor for this effort? ______ YES_______ NO 8. Provide your company Size, the CAGE code, and DUNS (Data Universal Numbering System) Number. 9. Based upon the preliminary NAICS code, please indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 10. If in responding to this RFI you believe another NAICS code should be applicable, please identify the NAICS code you consider appropriate for this effort along with detailed support rationale. 11. Please provide any remaining positive or negative feedback regarding the PWS such as recommended changes, noted exceptions, ambiguities, etc. All information should be provided to Robert C. Spierto, for the initial cut-off of September 14, 2011 at 2:00PM (CST). VA will continue to accept responses, comments and questions on an on-going basis. Mark your response as "Proprietary Information" if the information is considered business sensitive. All comments and questions will be posted to FedBizOpps, therefore, contractors should not include any proprietary information in their comments and questions. NO MARKETING MATERIALS ARE ALLOWED AS A PART OF THIS RFI. NOTE: This announcement is directly related to the previous RFI against announcement #: VA798A-11-RI-0040. Response to the original VA798A-11-RI-0040 is not required in order to respond to this announcement. The opportunity to respond to VA798A-11-RI-0040 has closed. 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. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process. Telephone inquiries and responses will not be accepted at this time since there is no further information available. This announcement is based upon the best information available and is subject to future modification. VA will not be responsible for any costs incurred by responding to this announcement. See attached document RFI_VA118-12-RP-0118_DRAFT PWS See attached document ATTACHMENT A See attached document VA118-12-RP-0118_DRAFT PWS_SURVEY
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/34fa875b9ea5ec9cb32456f9d631382f)
 
Document(s)
Attachment
 
File Name: VA118A-12-RP-0118 0002 VA118A-12-RP-0118 0002.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252767&FileName=VA118A-12-RP-0118-0002002.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252767&FileName=VA118A-12-RP-0118-0002002.docx

 
File Name: VA118A-12-RP-0118 0002 VA118-12-RP-0118_DRAFT PWS_SURVEY.DOC (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252768&FileName=VA118A-12-RP-0118-0002003.DOC)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=252768&FileName=VA118A-12-RP-0118-0002003.DOC

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02567024-W 20110910/110908235728-34fa875b9ea5ec9cb32456f9d631382f (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.