Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
DOCUMENT

65 -- 583-16-1-100-0003 - Attachment

Notice Date
1/7/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network 11 Contracting Office;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
 
ZIP Code
46240
 
Solicitation Number
VA25116Q0114
 
Response Due
1/22/2016
 
Archive Date
3/22/2016
 
Point of Contact
Lee Morris
 
E-Mail Address
lee.morris@va.gov
(lee.morris@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. This solicitation VA251-16-Q-0114 is issued as a request for quote (RFQ). The North American Industry Classification System (NAICS) Code 339112 Surgical and Medical Instrument Manufacturing and a Business Size Standard of 500 employees are applicable. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-85. No telephone requests will be accepted. Quote is requested for the following: The Department of Veterans Affairs Richard Roudebush 1481 West 10 Street Indianapolis, IN 46202 is hereby soliciting offers to provide items listed below. We anticipate entering into a fixed price contract with the contractor. The Contractor shall ensure that their OR data analytics system fully integrates with existing RLR VAMC systems and software such as VISTA/CPRS (electronic medical record) and providing the best value to the Government. Items will be delivered to the VA Center location noted above. Please include warranty information and delivery/shipping terms and conditions and cost clearly on your quote. Requirements: This Surgical Data Analytics program shall include the following pertinent characteristics/functionalities: "Provide a platform to improve surgeon scheduling OR length of procedure accuracy such that surgeon reported surgical times are compared to the historical average produced by the surgical scheduling system. "Provide a staffing management solution that automatically identifies staff skill set from the case record for cross-training and resource pool management. "Provide a solution that can automatically send warning letters that has embedded data for division chiefs to help redistribute OR block time according to demand. "Provide block release management to instantly communicate block time to other block owners. "Provide overview of OR performance including Case Voume, Staffing, Efficiency, Scheduling practices, Reporting, and Data Management. "Provide an overview of Quality metrics as it pertains to basic quality, length of stay, and compliance. "Provide an overview of Case Volume metrics as it pertains to total volume, total OR time, holiday cases, emergent cases, cancelled cases, delayed cases, and robotic cases. "Provide an overview of Staffing metrics related to optimizing staffing and projected utilization. "Provide efficiency metrics as it pertains to Intraop and postop metrics, first case start time, first case time delay, turnover, last case, after hours utilization, block utilization, unscheduled utilization, and projected utilization. "Provide scheduling metrics as it pertains to the history of scheduling cases and patterns including setup, room-in to room-out, and cleanup. A.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT 0001Software licenses. Quantity 50 50.00EA Funding/Req. Number: 1 0002Consultation. Quantity 225 hrs. 225.00HR Funding/Req. Number: 1 0003Developmental Start up. 1.00EA Funding/Req. Number: 1 GRAND TOTAL All quotes must provide the above items/options in as much detail as possible to assist the VA with determining the most advantageous selection. This award will be made based on the lowest price technically acceptable. Technically acceptable items are those that are compatible with the system they are to be connected to and used with: It is the responsibility of the offeror to demonstrate compatibility of items offered. Invoices shall be submitted in accordance with Federal Regulations 52.212-4(g) to VA Financial Services Center through the Tungsten (OB10) electronic invoicing system. Full text of the following clauses and/or provisions can be viewed through Internet access at http://farsite.hill.af.mil. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. Offerors shall submit with their offer, a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items or confirm this has already been completed in their SAM registration. The clause at 52.212.4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition which shall include the following clauses: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34. Offerors shall submit their quotation by e-mail to lee.morris@va.gov. Offers are due no later than 3:00 pm. EST, 22 January 2016. NO LATE QUOTES WILL BE ACCEPTED OR CONSIDERED. Any question must also be submitted in writing and will be addressed by the Contract Officer as quickly as possible. The successful offeror must be registered with SAM to be awarded a contract. You may register or update your registration on-line at https://www.sam.gov. Post Implementation Support The Contractor shall provide the following Post Implementation Support Services: "Upon receiving notification of an incident or service request the Contractor shall work directly with the VHA OI&T staff or other resources designated by the COR to address their issues with the Contractor's licensed products. "Assist the VHA OI&T staff or other resources as designated by the COR with keeping the Contractor's licensed products up to date including assisting with updates over the telephone or MS Live Meeting if requested and scheduled at least two-weeks in advance. Routine Requests (High, Medium, and Low Priorities) The Contractor shall make support services for the RLR VAMC available during the hours of 8:00 AM to 4:00 PM eastern excluding weekends and federal holidays and shall ensure the support services are provided in the form of telephonic and email communications. The Contractor shall use email augmented by use of the telephone in responding to routine requests. Security & Privacy The Contractor shall adhere to all VA Privacy & Security requirements including the Privacy Act and the Business Associate Agreement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/InVAMC538/InVAMC538/VA25116Q0114/listing.html)
 
Document(s)
Attachment
 
File Name: VA251-16-Q-0114 VA251-16-Q-0114.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2496476&FileName=VA251-16-Q-0114-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2496476&FileName=VA251-16-Q-0114-000.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: Department of Veterans Affairs;Richard Roudebush VAMC;1481 West 10th Street;Indianapolis, IN 46202-2803
Zip Code: 46202
 
Record
SN03985681-W 20160109/160107234750-c6be562d10fcf374df352d11074e3be6 (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.