Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 28, 2015 FBO #4872
DOCUMENT

D -- Amion Software Licenses - Attachment

Notice Date
3/26/2015
 
Notice Type
Attachment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
VA26015N0451
 
Response Due
4/13/2015
 
Archive Date
5/3/2015
 
Point of Contact
James Mikell
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Only This solicitation is a "REQUEST FOR INFORMATION" only for the proposed contract action stated below. This Sources Sought Notice is not a request for formal proposals or quotes. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing/email. There are two purposes of this Sources Sought Announcement: 1.Market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. 2.Satisfy synopses requirements as prescribed by FAR 5.201. Requirement The proposed contract action is for a firm-fixed-priced purchase order for subscription of software. Specifications for the requirements are listed on page 2. All work shall be performed by competent personnel, experienced and OEM qualified to work on the specific equipment listed on the schedule. Contractor shall provide certification as required by Statement of Work that all personnel authorized to maintain the equipment specified by the contract are competent and able to perform all duties listed under the terms of the contract. NAICS Code 511210, diagnostic imaging equipment repair and maintenance services applies to this procurement with a size standard of $38.5 million. Response: Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed. Determination by the Government not to compete this proposed contract action based on responses to this notice is solely within the discretion of the Government. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Any offeror capable of providing this service shall notify the Contracting Officer by email no later than 04/13/015, 0800EST. All information is to be submitted via e-mail to: james.mikell@va.gov Requirement Description Contract Provide 45 annual subscription software licenses, training, and 24/7support for a web-based, on-call, and physician scheduling software for group practices, residents, hospitalists and other medical providers for call, clinic, rotation and shift schedules. This is a subscription service. The proposed subscription BRAND NAME is: Amiom annual Licenses (45 each) Background VA Puget Sound hosts 1800 clinical trainees per year and its clinical service lines create over 40 provider calendars and spreadsheets every month to track on-call physician trainees and supervisory attending physicians. These documents are laboriously collected and posted on the medical center's intranet for staff to reference, including the hospital switchboard, and frequently must be changed due to changes made by the academic affiliate; staffs schedule trades, and other unforeseen circumstances. This results in numerous inaccuracies in the posted schedules, resulting in difficulties in contacting the correct on-call providers in emergent situations. The delays in contacting providers can result in significant delays in the provision of patient care. Scope The contract will provide 45 licenses for VA Puget Sound clinical services and sections who currently publish monthly provider schedules and one for the medical center switchboard, automatic and immediate incorporation of the schedules into a real-time master facility schedule available on the internet to VA Puget Sound staff and trainees on computers and mobile devices; ability for on-call and scheduled providers to securely submit trades on-line to their service/section schedulers; ability for medical center staff to page on-call providers via links in the on-line schedule; ability for facility to use templates, scheduling patterns, electronic business rules, and auto-scheduler features for ease in populating schedules; remote live training for the schedulers who maintain the schedules, switchboard operators and provider Super users, and site administrator/CORs; and 24/7 technical support by telephone. Specific Tasks Task #1 - Provide Software Licenses: Provide 45 annual subscription licenses for a web-based on-call and physician scheduling software for group practices, residents, hospitalists and other medical providers for call, clinic, rotation and shift schedules. Task #2 - Host Facility's Schedules: Host facility's schedules on contractor's web server and assist in immediate recovery of facility's schedules in the event of server crashes. Ensure 24/7 internet availability of the schedules with extremely rare outages. Task #3 -Support facility 24/7: Provide 24/7 support by telephone for server crashes and schedule-level outages, business-day support for technical problems affecting individual providers Task #4 - Configure site: Assist site administrator/COR in configurations per facility's preferences. Task #5 - Provide Training: Provide eight live, remote training sessions for facility's provider schedulers 2 hours in length, to instruct on the creation and maintenance of the service/section schedules, incorporation in the facility-wide master schedule, receiving and posting trade requests from providers, creating schedule templates, patterns, configuring the auto-scheduler feature and basic troubleshooting. Training must be completed within 30 days after receipt of award. Provide four live, remote training sessions one hour in length for provider Super users, to instruct on accessing, viewing, and navigating their schedules on computers and mobile devices, submitting trades, and paging on-call providers from schedules (medical center staff e.g., nurses and pharmacists) Provide one in-depth technical training/configuration sessions for site administrator/COR and alternate, to instruct on create schedule templates, patterns, business rules, and other site configurations. Provide more advanced troubleshooting instruction on request. Training must be completed within 30 days after receipt of award. (applicable to all tasks - below) Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation and related functions. Performance Monitoring The site administrator/COR will monitor every month for the first quarter that every clinical service and section is able to create and manage their provider schedules; send, receive and post trade requests; integrate their schedules in the master facility schedule; and view and navigate the schedules on computers and mobile devices. After the initial quarter, the site administrator/COR will perform these monitors every quarter. Other Pertinent Information or Special Considerations Identification of Non-Disclosure Requirements Provider names, schedules, and pager umbers should not be disclosed except to VA Puget Sound staff. Inspection and Acceptance Criteria The site administrator/COR will ensure 44 licenses are allocated to VA Puget Sound clinical services and sections who currently publish monthly provider schedules and one for the medical center switchboard, training is provided as specified above, and the software is configurable and usable by scheduling staff, facility switchboard operators, and scheduled providers as specified above. Risk Control The application will not be placed on the facility computer network, VHA intranet, nor involve any hardware interfaces so no mitigation of IT security risk is needed. Provider privacy will be maintained by allowing internet access to VA Puget Sound staff only. Place of Performance Performance will occur at: VA Puget Sound Health Care System Warehouse 90D 1660 S Columbian Way Seattle, WA 98108 Period of Performance Base Year: 05/01/2015 - 04/30/2016 Option Year 1: 05/01/2015 - 04/30/2016 Option Year2: 05/01/2015 - 04/30/2016 Option Year 3: 05/01/2015 - 04/30/2016 Option Year 4: 05/01/2015 - 04/30/2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/56fba7b6efe9ceb37fada7208d9e7c54)
 
Document(s)
Attachment
 
File Name: VA260-15-N-0451 VA260-15-N-0451.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1945076&FileName=VA260-15-N-0451-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1945076&FileName=VA260-15-N-0451-000.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: Puget Sound VA Healthcare System;1660 S Columbian Way;Seattle, WA
Zip Code: 98108
 
Record
SN03680226-W 20150328/150326235435-56fba7b6efe9ceb37fada7208d9e7c54 (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.