D--Services - Transitional Care Software License

expired opportunity(Expired)
From: Federal Government(Federal)
36C24819Q1396

Basic Details

started - 30 Aug, 2019 (about 4 years ago)

Start Date

30 Aug, 2019 (about 4 years ago)
due - 05 Sep, 2019 (about 4 years ago)

Due Date

05 Sep, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
36C24819Q1396

Identifier

36C24819Q1396
Department of Veterans Affairs

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103600)VETERANS AFFAIRS, DEPARTMENT OF (103600)248-NETWORK CONTRACT OFFICE 8 (36C248) (4788)

Attachments (3)

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.

COMBINED SYNOPSIS SOLICITATION (i) This is a combined synopsis/solicitation for Transitional Care Software, as prepared in accordance with the format in 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. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24819Q1396 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-55 (iv) This solicitation is UNRESTRICTED and the associated NAICS 541512 code has a size standard of $27.5 Million. (v) Contract Line Items (CLIN): DELIVERY SCHEDULE ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 YR ________________ _____________ Provide day-to-day support; software maintenance; continual access to
print Patient Care Booklet, IAW the SOW. 1001 1.00 YR ________________ _____________ Provide day-to-day support; software maintenance; continual access to print Patient Care Booklet, IAW the SOW. 2001 1.00 YR ________________ _____________ Provide day-to-day support; software maintenance; continual access to print Patient Care Booklet, IAW the SOW. 3001 1.00 YR ________________ _____________ Provide day-to-day support; software maintenance; continual access to print Patient Care Booklet, IAW the SOW. 4001 1.00 YR ________________ _____________ Provide day-to-day support; software maintenance; continual access to print Patient Care Booklet, IAW the SOW. GRAND TOTAL: DELIVERY TO: James A. Haley Veterans Hospital (JAHVH) 13000 Bruce B. Down Blvd Tampa, FL 33612-4745 (vi) See Statement of Work (SOW) for details: (vii) PERFORMANCE MONITORING: Appropriate training will occur for utilizing the vital signs equipment along with testing prior to routine transmission of data to the Computer Patient Record System (CPRS). (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (a) 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.  (b) Vendor 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. (c) 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. (ix) The award will be based on a COMPARATIVE EVALUATION. (x) Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Past performance evaluations will be conducted using information obtained from the Past Performance Information Retrieval System (PPIRS), and information from any other sources deemed appropriate. When evaluating past performance, the government will consider the currency and relevancy of the information, the source of the information, the context of the data, and the general trends in the contractor s performance. Quoters without available relevant past performance history will not be evaluated favorably or unfavorably. The Government reserves the right to obtain past performance information from other available sources and may contact customers identified in PPIRS when evaluating past performance. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) ADDENDUM to 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) CASCADE PROCEDURE The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. END OF ADDENDA TO 52.212-2 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 52.217-5 Evaluation of Options 52.217-8 Option to Extend Services 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.217-9 The Government may extend the term of this contract by written notice to the Contractor within 60 provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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. (xiii) There are no additional contract requirements, terms or conditions. (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to paul.jarrett@va.gov and received no later than NOON EST on 9/5/2019 Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the proprietor, an AUTHORIZED DISTRIBUTOR LETTER FROM THE PROPRIETOR needs to be provided with your quote in order to be considered for the award. NO LATE QUOTES WILL BE ACCEPTED (xvi) For information regarding the solicitation, please contact Paul Jarrett at paul.jarrett@va.gov by 2:00 PM EST, Tuesday, September 3rd, 2019. End of Document

Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637Location

Place Of Performance : Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637

Country : United StatesState : Florida

You may also like

OKTA SOFTWARE LICENSE SUBSCRIPTION SERVICES

Due: 30 Jan, 2025 (in 9 months)Agency: OFFICE OF THE COMPTROLLER OF THE CURRENCY

SOFTWARE: AUTOAUDIT SOFTWARE LICENSE RENEWAL FOR OIG. MOD P00001 - ADDRESS CORRECTION

Due: 01 Aug, 2024 (in 2 months)Agency: ENVIRONMENTAL PROTECTION AGENCY

Please Sign In to see more like these.

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

Classification

541 -- Professional, Scientific, and Technical Services/541512 -- Computer Systems Design Services
naicsCode 541512Computer Systems Design Services
pscCode DIT AND TELECOM - INFORMATION TECHNOLOGY AND TELECOMMUNICATIONS