7A21--DSS Suicide prevention software solution (VA-24-00030843)

expired opportunity(Expired)
From: Federal Government(Federal)
36C10B24Q0142

Basic Details

started - 18 Jan, 2024 (3 months ago)

Start Date

18 Jan, 2024 (3 months ago)
due - 25 Jan, 2024 (3 months ago)

Due Date

25 Jan, 2024 (3 months ago)
Bid Notification

Type

Bid Notification
36C10B24Q0142

Identifier

36C10B24Q0142
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Sources Sought Notice 36C10B24Q0142 Sources Sought Notice The purpose of this Sources Sought notice is to identify qualified contractors that can provide brand name or equal Document Storage Systems, Inc. (DSS) suicide prevention management software solution which consists of DSS Iconic Data Patient Case Manager (PCM) High Reliability Organization (HRO) Platform term software and DSS Iconic Data PCM HRO Business Intelligence Engine (BIE) licenses, installation, training, and project management, and brand name or equal DSS Adhoc Workflow support to the Department of Veterans Affairs (VA), Veterans Health Administration (VHA) Salisbury Veterans Affairs Health Care System (SVAHCS). This is a Sources Sought Notice only. This Sources Sought Notice is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any
products described in this notice. Your response to this notice will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this notice. This Sources Sought Notice does not constitute a solicitation for quotes/proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted, or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this Sources Sought Notice. Any Service-Disabled Veteran-owned small businesses (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this Sources Sought notice must include their intent and ability to meet set-aside requirements for performance of this effort in accordance with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-73 or 852.219-74, VA Notice of Total Set-Aside for SDVOSB or VOSB respectively. Specifically, the requirement for at least 50% of the cost of manufacturing or 50% of the services be performed by yourself and/or other eligible/verified SDVOSB/VOSB concerns; and certification from the Small Business Administration (VetCert). It is requested that all companies interested in participating in this effort please note their interest and provide indication of their respective capabilities to perform the effort, as described in the paragraphs below. Any information submitted by respondents to this Sources Sought notice is strictly voluntary. All submissions become Government property and will not be returned. VA reserves the right to not respond to any, all, or select responses or materials submitted. All requirements identified herein are subject to change at any time. The purpose of this Sources Sought notice is for planning purposes, to identify market information and qualified contractors who are able to meet VA s requirement. Any information provided in response to this Sources Sought may be used by VA in developing its acquisition strategy and Product Description (PD). The North American Industry Classification System (NAICS) code considered for this requirement is 541519 (Other Computer Related Services); the small business size standard for this NAICS is $34 million dollars. Be advised that set-aside decisions may be made based on the information provided in response to this Sources Sought notice. Responses should be as complete and informative as possible. It is the responsibility of interested parties to monitor this site for updates and/or additional information pertaining to this requirement. BACKGROUND: The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) is the largest of three administrations that comprise the VA. VHA s primary mission is to provide medical care and services to America s military Veterans. VHA operates one of the largest health care systems in the world and provides training for a majority of America s medical, nursing, and allied professionals. Today, VHA has FboNotices spanning over 150 years and continues to meet Veterans changing medical, surgical, and quality of life needs. VA s top priority is preventing suicide among all Veterans including those who do not and may never seek care within the VA health care system. VA assists Veterans to build networks of support among community-based organizations, Veterans Community care programs, Service Organizations, health care providers, and other community members that strengthen protective factors for Veterans. The VHA Salisbury Veterans Affairs Health Care System (SVAHCS) is working to advance efforts to prevent suicide and suicide attempts among Veterans within the State of North Carolina. REQUIREMENT: VA is seeking to identify qualified vendors who are able to provide brand name or equal DSS Iconic Data PCM term software licenses and DSS Business Intelligence engine term software licenses, remote installation and configuration, training, project management, and brand name or equal DSS Adhoc Workflow Support for the VHA SVAHCS. If interested and capable of providing for this effort, please see How to Respond instructions below. See Attachment A, Draft Product Description, to this Sources Sought Notice for additional information. HOW TO RESPOND: It is requested that the vendor respond to the following. Note: Provide a capability package that is clear, concise, and complete. The VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this Sources Sought notice. Responses should be as complete and informative as possible. Responses shall be limited to no more than 15 pages and include: Describe company s technical capabilities to meet the requirement. Please indicate whether you are including information on name brand products/services or, or equal products/services. Brand name DSS is being contemplated. If a vendor believes its or equal solution is a commercial-off-the-shelf solution that meets the full requirement outlined in the Draft Product Description, the vendor shall provide evidence including detailed product descriptions that demonstrates said capability as part of the vendor s response to this Sources Sought Notice. Provide commercially available list pricing for the identified solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing. If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements. Provide company profile, ensuring the point of contact has the authority and knowledge to clarify responses with government representatives and including the following: Company Name System for Award Management (SAM) Unique Entity ID (UEI) CAGE/DUNS Number under which the company is registered in SAM/VetBiz.gov Company Address Point of Contact (POC) name POC Telephone number POC e-mail address Company Business Size and Status for NAICS 541519 Company Socioeconomic status For Service-Disabled Veteran Owned Small Business (SDVOSB)/Veteran Owned Small Business (VOSB) concerns, indicate whether you could meet the requirement that a Government procurement, an information technology procurement classified under SDVOSB/VOSB is in accordance with Veterans First Contracting Act for the applicable NAICS. Identify if your company is the Original Equipment Manufacturer (OEM) of the solution or a reseller? If you are the OEM, do you have resellers available? If you have resellers, please provide the company(s) UEI number and socioeconomic status. The NAICS code considered for this requirement is 541519. Please indicate your business size standard and comment on the appropriate use of this code. You may recommend another code if you deem it more appropriate; however, please provide your rationale. Identify any existing contract vehicle(s) numbers you currently hold for which this requirement would be within scope for this solution (i.e., GSA FSS, GWAC, NASA SEWP, etc.). Indicate the likelihood of your company responding to a solicitation should this effort result in an acquisition. Note: Small businesses should include intent and ability to meet set-aside requirements for performance of this effort, if applicable. Respondents are requested to identify any additional information considered applicable to this Sources Sought Notice. Has the draft Product Description (PD) provided sufficient detail to describe the technical/functional requirements that encompass the suicide prevention management software solution products and services to be provided under this effort.  Yes  No (if No, answer the 9b question) If NO , please provide your technical comments/recommendations on elements of the draft PD that may contribute to more accurate responses/submission and efficient, cost-effective effort Respondents are requested to identify any additional information considered applicable to this Sources Sought Notice. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES: Questions shall be submitted electronically via email to Joshua.McGarry@va.gov and Richard.Melton2@va.gov no later than 12:00 p.m. eastern time on January 22, 2024. All questions shall note 36C10B24Q0142 in the subject line of the email. Responses shall be submitted electronically via email to Joshua.McGarry@va.gov and Richard.Melton2@va.gov no later than 12:00 p.m. eastern time on January 25, 2024. Information submitted by any other method will not be considered. All responses shall note 36C10B24Q0142 in the subject line of the email

Salisbury Campus Salisbury Veterans Affairs Medical Center (659)  1601 Brenner AvenueLocation

Place Of Performance : Salisbury Campus Salisbury Veterans Affairs Medical Center (659) 1601 Brenner Avenue

Country : United States

You may also like

Facilities Management Software Solutions and Related Services

Due: 02 Nov, 2024 (in 6 months)Agency: GSS

7A21--New TO - Open Text Micro Focus LoadRunner Maintenance Renewal (VA-24-00046413)

Due: 22 Jun, 2024 (in 1 month)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 541519
Classification CodeCode 7A21