5830--Mammography Software Base Year SB Set Aside | Base Plus 4 Option Years | Brand or Equal

expired opportunity(Expired)
From: Federal Government(Federal)
36C25923Q0109

Basic Details

started - 23 Nov, 2022 (17 months ago)

Start Date

23 Nov, 2022 (17 months ago)
due - 09 Dec, 2022 (16 months ago)

Due Date

09 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
36C25923Q0109

Identifier

36C25923Q0109
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103198)VETERANS AFFAIRS, DEPARTMENT OF (103198)NETWORK CONTRACT OFFICE 19 (36C259) (4388)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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.

Request for Quote (RFQ) #: 36C25923Q0109 Mammography Software Base Year Plus 4 Option Years | Small Business Set Aside 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. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 4:00pm EST, 12/05/2022 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to natasha.holland@va.gov no later than 4:00pm ET, 12/09/2022. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the
only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25923Q0109. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-05 effective October 25, 2022. The North American Industrial Classification System (NAICS) code for this procurement is 513210 with a small business size standard of $41.5 million. This solicitation is a 100% set-aside for Small Businesses. List of Line Items; Brand Name or Equal Line Item Description Quantity Unit of Measure Unit Price Total Price 0001 Patient Hub Risk Bundled Offering 1 EA $ $ 0002 Staff Licenses 7 EA 0003 System Administrator Licenses 2 EA 0004 HL7 Interface 1 EA 0005 Third Party Integration 2 EA 0006 Patient Hub On-Site Initial Training (days) 4 EA 1001 OY 1 Patient Hub - Risk Bundled Offering 1 EA 1002 OY 1 Staff licenses 7 EA 1003 OY 1 System Administrator Licenses 2 EA 1004 OY 1 HL7 Interface 1 EA 1005 OY 1 Third Party Integration 2 EA 1006 OY 1 Patient Hub/Software Support for year 4 EA 2001 OY 2 Patient Hub - Risk Bundled Offering 1 EA 2002 OY 2 Staff licenses 7 EA 2003 OY 2 System Administrator Licenses 2 EA 2004 OY 2 HL7 Interface 1 EA 2005 OY 2 Third Party Integration 2 EA 2006 OY 2 Patient Hub/Software Support for year 4 EA 3001 OY 3 Patient Hub - Risk Bundled Offering 1 EA 3002 OY 3 Staff licenses 7 EA 3003 OY 3 System Administrator Licenses 2 EA 3004 OY 3 HL7 Interface 1 EA 3005 OY 3 Third Party Integration 2 EA 3006 OY 3 Patient Hub/Software Support for year 4 EA 4001 OY 4 Patient Hub - Risk Bundled Offering 1 EA 4002 OY 4 Staff licenses 7 EA 4003 OY 4 System Administrator Licenses 2 EA 4004 OY 4 HL7 Interface 1 EA 4005 OY 4 Third Party Integration 2 EA 4006 OY 4 Patient Hub/Software Support for year 4 EA Grand Total $ Description of Requirements for the items to be acquired: 1. Patient Hub Risk Bundled Offering Features: Customizable patient tracking and reporting software - custom worklists, patient record set up, and personal statistical report folders. One-touch buttons to submit findings, assessment, conclusions, and final reports. Risk calculations using multiple models, including Tyrer-Cuzick v8. Seamless integration into RIS, PACS, workstation, and voice recognition workflows. Easy and accelerated statistical reporting for FDA MQSA EQUIP inspection or ACR accreditation with simple exports. Or EQUAL 2. Staff Licenses Staff access to all features and functionality of Patient Hub and Volpara Risk. Licenses may be reassigned among staff as needed. Or EQUAL 3. System Administrator Licenses Provides access to all administrative controls and settings to facilitate system set up and maintenance. Two (2) licenses are included as part of this quotation. Or EQUAL 4. HL7 Interface HL7 interface between Patient Hub and a third-party software system via one-way or two-way transfer of ADT, ORM, and/or ORU messages. See Interface and Integration Summary section below for details on the interfaces included in this quotation. Or EQUAL 5. Third Party Integration Custom integration between Patient Hub and a third-party software system (e.g., PACS, RIS, digital reading workstations, and/or voice recognition systems) via DICOM Mammography CAD Structured Report or Fast Healthcare Interoperability Resource (FHIR). See Interface and Integration Summary section below for details on the integrations included in this Quotation. Or EQUAL 6. Patient Hub On-Site Initial Training (days) On-site initial training to staff on Patient Hub features and functionality. Two (2) day minimum. Or EQUAL Please see attached SOW for additional information Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veteran Affairs Oklahoma City VA Health Care System 921 Northeast 13th Street Oklahoma City, OK 73104 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. If the acquisition is set-aside for SDVOSBs/VOSBs, their socioeconomic status must be VIP verified and visible in the VA Vendor Information Pages (VIP): https://www.vip.vetbiz.gov/ at the time of quote submission AND award, or will be considered non-responsive, and will NOT be considered for award. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical capability or quality of the item offered to meet the Government requirement, (II) Price; and (III) Authorized Distributor Letter Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the products, including of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. Volume III Authorized Distributor Letter The offeror shall submit a letter form the OEM manufacturer stating they are authorized to sell the items identified in this RFQ. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Factor 3. Letter of Authorized Distributor Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Price: The Government will evaluate the price by adding the total of all line item prices including all options. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement, as stated in Factor 1, shall not be selected regardless of price. Factor 3. Letter of Authorized Distributor: The offeror shall submit a letter form the OEM manufacturer stating they are authorized to sell the items identified in this RFQ. {Delete this section in its entirety if no options are included} Options. The Government will evaluate quotations for award purposes by adding the total price for all options to the total price for the basic requirement. {Contracting Officer shall insert the following if the solicitation will include options that are exercisable under FAR 52.217-8} or rates in effect at the time the clause is exercised. Evaluation of options shall not obligate the Government to exercise the option(s).> (End of Addendum to 52.212-2) 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2020) applies to this acquisition FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) (15 U.S.C. 644) FAR 52.219-8 Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) (15 U.S.C 632(a)(2)) FAR 52.219-33 Nonmanufacturer Rule (MAR 2020) FAR 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.217-8 Option to Extend Services (NOV 1999) [use when options are included] The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within _10 days_. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) [use when options are included] (a) The Government may extend the term of this contract by written notice to the Contractor within __10 days___; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _ 15_ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed __5 years__ (months) (years). 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (OCT 2018) VAAR 852.233-71 Alternate Protest Procedure (OCT 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.214-21 Descriptive Literature (APR 2002) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.227-19 Commercial Computer Software-Restricted Rights (DEC 2007) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market Items (APR 2020) VAAR 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) VAAR 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) (Deviation) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to natasha.holland@va.gov by 4:00pm ET, 12/09/2022. Name and email of the individual to contact for information regarding the solicitation: Natasha Holland Natasha.holland@va.gov

Department of Veteran Affairs Oklahoma City VA Health Care System  921 NE 13th StreetLocation

Place Of Performance : Department of Veteran Affairs Oklahoma City VA Health Care System

Country : United States

You may also like

NCEI HPSS IBM ANNUAL STANDARD SUPPORT RENEWAL, BASE PLUS 2 OPTION YEARS.

Due: 31 Mar, 2027 (in about 2 years)Agency: NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION

EM3PA01595 - WATERS SOFTWARE BASIC PERSONAL PLAN 740000809, BASE PLUS 4 OPTION YEARS

Due: 24 Sep, 2025 (in 17 months)Agency: AGRICULTURAL RESEARCH SERVICE

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 513210
Classification CodeCode 5830