Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2014 FBO #4683
DOCUMENT

S -- Restroom Alert-Web Enable/Text Base System - Attachment

Notice Date
9/18/2014
 
Notice Type
Attachment
 
NAICS
541513 — Computer Facilities Management Services
 
Contracting Office
Contract Officer (90C);Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24714Q1676
 
Response Due
9/23/2014
 
Archive Date
12/31/2014
 
Point of Contact
Janica Francis-Hunter
 
E-Mail Address
ment
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation Number: VA247-14-Q-1676 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA247-14-Q-1676 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a small business set aside. The North American Industry Classification System (NAICS) code is 541513, and the size standard is 500 employees. (v) This requirement consists of the following: BASE YEAR: 10/01/2014-9/30/2015 Item No. DescriptionQtyUnit of Unit Total Measure Price Price 001 Provide a Web enabled/Text based system that12MO$_______$______ allows smart phone users (patients, staff, visitors etc.) the ability to text designated RHJVAMC staff to alert them of restroom service or repair needs in real time. The texts received by RHJVAMC staff indicate which restroom needs servicing, the time of the alert, and allows the sender to input specific remarks describing what is needed. The system also sends reminders to RHJVAMC staff if alerts are not cleared within programmable time limits B. The service allows RHJVAMC staff with smart phones to receive the alert and respond via text when the service or repair has been completed. C. The service also provides for web based and tablet based interaction with the system to clear and monitor alerts for staff without smart phones. D. The system will automatically aggregate data and generate real time reports to show average response time, missed alerts, employee performance, etc. E. Provides management reports with daily, weekly, monthly summaries of use and compliance. F. Scheduled room checks are fully customizable by the end user. G. Hours of restroom alert system operation are fully customizable by location as a whole as well as specific restrooms. H. Restroom Alert provides a daily dashboard of key metrics on its website home page that is specific to RHJVAMC. I.Provides detailed written and video instruction on all facets of the service on a comprehensive support section of the website. J. Vendor shall travel to VA locations for initial installation of signage and training. Total this period $_________ OPTION YEAR 1: 10/01/2015-9/30/16 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Provide a Web enabled/Text based system that12MO$_______$______ allows smart phone users (patients, staff, visitors etc.) the ability to text designated RHJVAMC staff to alert them of restroom service or repair needs in real time. The texts received by RHJVAMC staff indicate which restroom needs servicing, the time of the alert, and allows the sender to input specific remarks describing what is needed. The system also sends reminders to RHJVAMC staff if alerts are not cleared within programmable time limits B. The service allows RHJVAMC staff with smart phones to receive the alert and respond via text when the service or repair has been completed. C. The service also provides for web based and tablet based interaction with the system to clear and monitor alerts for staff without smart phones. D. The system will automatically aggregate data and generate real time reports to show average response time, missed alerts, employee performance, etc. E. Provides management reports with daily, weekly, monthly summaries of use and compliance. F. Scheduled room checks are fully customizable by the end user. G. Hours of restroom alert system operation are fully customizable by location as a whole as well as specific restrooms. H. Restroom Alert provides a daily dashboard of key metrics on its website home page that is specific to RHJVAMC. I.Provides detailed written and video instruction on all facets of the service on a comprehensive support section of the website. J. Vendor shall travel to VA locations for initial installation of signage and training. Total this period $_________ OPTION YEAR 2: 10/01/2016-9/30/17 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Provide a Web enabled/Text based system that12MO$_______$______ allows smart phone users (patients, staff, visitors etc.) the ability to text designated RHJVAMC staff to alert them of restroom service or repair needs in real time. The texts received by RHJVAMC staff indicate which restroom needs servicing, the time of the alert, and allows the sender to input specific remarks describing what is needed. The system also sends reminders to RHJVAMC staff if alerts are not cleared within programmable time limits B. The service allows RHJVAMC staff with smart phones to receive the alert and respond via text when the service or repair has been completed. C. The service also provides for web based and tablet based interaction with the system to clear and monitor alerts for staff without smart phones. D. The system will automatically aggregate data and generate real time reports to show average response time, missed alerts, employee performance, etc. E. Provides management reports with daily, weekly, monthly summaries of use and compliance. F. Scheduled room checks are fully customizable by the end user. G. Hours of restroom alert system operation are fully customizable by location as a whole as well as specific restrooms. H. Restroom Alert provides a daily dashboard of key metrics on its website home page that is specific to RHJVAMC. I.Provides detailed written and video instruction on all facets of the service on a comprehensive support section of the website. J. Vendor shall travel to VA locations for initial installation of signage and training. Total this period $_________ OPTION YEAR 3: 10/01/2017-9/30/18 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Provide a Web enabled/Text based system that12MO$_______$______ allows smart phone users (patients, staff, visitors etc.) the ability to text designated RHJVAMC staff to alert them of restroom service or repair needs in real time. The texts received by RHJVAMC staff indicate which restroom needs servicing, the time of the alert, and allows the sender to input specific remarks describing what is needed. The system also sends reminders to RHJVAMC staff if alerts are not cleared within programmable time limits B. The service allows RHJVAMC staff with smart phones to receive the alert and respond via text when the service or repair has been completed. C. The service also provides for web based and tablet based interaction with the system to clear and monitor alerts for staff without smart phones. D. The system will automatically aggregate data and generate real time reports to show average response time, missed alerts, employee performance, etc. E. Provides management reports with daily, weekly, monthly summaries of use and compliance. F. Scheduled room checks are fully customizable by the end user. G. Hours of restroom alert system operation are fully customizable by location as a whole as well as specific restrooms. H. Restroom Alert provides a daily dashboard of key metrics on its website home page that is specific to RHJVAMC. I.Provides detailed written and video instruction on all facets of the service on a comprehensive support section of the website. J. Vendor shall travel to VA locations for initial installation of signage and training. Total this period $_________ OPTION YEAR 4: 10/01/2017-9/30/18 ItemDescriptionQtyUnit of Unit Total Measures PricePrice 001 Provide a Web enabled/Text based system that12MO$_______$______ allows smart phone users (patients, staff, visitors etc.) the ability to text designated RHJVAMC staff to alert them of restroom service or repair needs in real time. The texts received by RHJVAMC staff indicate which restroom needs servicing, the time of the alert, and allows the sender to input specific remarks describing what is needed. The system also sends reminders to RHJVAMC staff if alerts are not cleared within programmable time limits B. The service allows RHJVAMC staff with smart phones to receive the alert and respond via text when the service or repair has been completed. C. The service also provides for web based and tablet based interaction with the system to clear and monitor alerts for staff without smart phones. D. The system will automatically aggregate data and generate real time reports to show average response time, missed alerts, employee performance, etc. E. Provides management reports with daily, weekly, monthly summaries of use and compliance. F. Scheduled room checks are fully customizable by the end user. G. Hours of restroom alert system operation are fully customizable by location as a whole as well as specific restrooms. H. Restroom Alert provides a daily dashboard of key metrics on its website home page that is specific to RHJVAMC. I.Provides detailed written and video instruction on all facets of the service on a comprehensive support section of the website. J. Vendor shall travel to VA locations for initial installation of signage and training. Total this period $_________ Grand Sum Total for all periods $___________ (vi) The following is a detailed description of the requirements for this solicitation: Statement of Work Restroom Service Alert 1. REQUIREMENT: Contractor shall provide services as listed below in SPECIAL REQUIREMENTS section for Ralph H. Johnson Veterans Medical Center (RHJVAMC) located at 109 Bee Street, Charleston, SC 29401. 2. BACKGROUND: The RHGVMAC is a 110-bed facility, encompassing acute medical, surgical, psychiatric, and long-term care. The hospital is located in Charleston, South Carolina and provides primary, secondary, and some tertiary care. Annually, the medical center serves approximately 60,000 patients with satellite outpatient clinics located in North Charleston, Myrtle Beach, Goose Creek, and Beaufort, South Carolina; as well as Savannah and Hinesville, GA. 3. REQUIREMENT OVERVIEW & PERIOD OF PERFORMANCE: The government has a requirement for an IDIQ contract for commercial off the shelf (COTS) specialized service as listed in SPECIAL REQUIREMENTS. The quantities listed are an estimate and may be more or less depending on facility growth. This requirement is being requested for one base year and four one year option periods. Base Year: 1 October 2014 - 30 September 2015 1st Option Period1 October 2015 - 30 September 2016 2nd Option Period1 October 2016- 30 September 2017 3rd Option Period1 October 2017 - 30 September 2018 4th Option Period 1 October 2018 - 30 September 2019 4. PLACE OF PERFORMANCE: Ralph H. Johnson VAMC, 109 Bee Street, Charleston, SC 29401 5. DAYS AND HOURS OF DELIVERY: Sunday - Saturday, 24-hours, including Federal holidays. 6. DELIVERY REQUIREMENTS: Vendor shall travel to VA locations for initial installation of signage and training no later than 24 hours after receipt of request and arrive within 5-7 business days. 7. SPECIAL REQUIREMENTS: a.The Contractor is required to provide a Web enabled/Text based system that allows smart phone users (patients, staff, visitors, etc.) the ability to text designated RHJVAMC staff to alert them of restroom service or repair needs in real time. The texts received by RHJVAMC staff indicate which restroom needs servicing, the time of the alert, and allows the sender to input specific remarks describing what is needed. The system will also sends reminders to RHJVAMC staff if the alerts are not cleared within programmable time limits. b.The service will allow RHJVAMC staff with smart phones to receive the alert and respond via text when the service or repair is completed. c.The service also provides for web based and tablet based interaction with the system to clear and monitor alerts for staff without smart phones. d.The system will automatically aggregate data and generate real time reports to show average response time, missed alerts, employee performance, and etc. e.The service's system provides management reports with daily, weekly, and monthly summaries of use and compliance. f.Scheduled room checks are fully customizable by the end user. g.Hours of restroom alert system operation are fully customizable by location as a whole, as well as specific restrooms. h.Restroom Alert provides a daily dashboard of key metrics on its website home page that is specific to RHJVAMC. i.Provides detailed written and video instruction on all facets of the service on a comprehensive support section of the website. j.The vendor shall travel to VA locations for initial installation of signage for up to 50 restrooms and training. k.The C&A requirements do not apply, and that a Security Accreditation Package is not required l.POINT OF CONTACT: Contracting Officer's Representative (COR): Name: Patrick J. Barry Title: Chief Department: Environmental Management Service Telephone: 843-789-7794 FAX: 478-274-5690 Email: Patrick.Barry@va.gov 8. INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the COR, and submitted to VA FSC, P.O. Box 14991, Austin, TX 78714. A properly prepared invoice shall contain: "Invoice Number and Date "Contractor's Name and Address "Accurate Purchase Order Number "Supply or Service provided "Period Supply or Service Provided "Total Amount Due 9. TERMINATION FOR CONVENIENCE: Subject to a 14 day advance notice, the Government reserves the right to terminate this contract for convenience if the need for this service changes or is no longer required. 10. Records Management Language for Contracts: The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: a.Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b.Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c.Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d.Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e.Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f.The Government Agency owns the rights to all data/records produced as part of this contract. g.The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. h.Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. i.No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. (vii) Delivery FOB Destination to Ralph H Johnson, VA Medical Center, 109 Bee Street, Charleston, SC 29403 (viii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (ix) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 1 year of satisfactory and relevant experience/past-performance performing the same type and kind of services specified in this solicitation. 2.Documentation that confirms the company/employees have the required licensing and certifications for performing the same type and kind of services specified in this solicitation. 3.Documentation that confirms the company is a registered small business in the System for Award Management (SAM) located https:// www.sam.gov (x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xiii) n/a (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) n/a (xvi) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than September 19, 2014 @ 2pm EST to Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvii) Site Visit: A site visit is not contemplated at this time. (xviii) QUOTES/OFFERS ARE DUE September 23, 2014 at 2:00PM eastern standard time (est). Only electronic offers will be accepted; submit quotation to - Janica Francis, NCO 7 Contract Specialist e-mail Janica.Francis@va.gov. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Place of Performance: Ralph H Johnson VA Medical Center Department of Veterans Affairs 109 Bee Street Charleston, SC 29401 Primary Point of Contact: Janica Francis-Hunter, Contracting Specialist Janica.Francis@va.gov Phone: 843-789-6448 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24714Q1676/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-14-Q-1676 VA247-14-Q-1676.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1641802&FileName=VA247-14-Q-1676-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1641802&FileName=VA247-14-Q-1676-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Ralph H Johnson VAMC;Department of Veterans Affairs;109 Bee Street;Charleston, SC
Zip Code: 29403
 
Record
SN03518209-W 20140920/140918235806-1ad63e77e276e65f57245a719f50ef19 (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.