6515--Purchase of Medical Systems, ScriptPro Software & Installation Modification/Upgrades | Multiple Sites | VISN 21

expired opportunity(Expired)
From: Federal Government(Federal)
36C26124Q0492

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 01 Apr, 2024 (27 days ago)

Due Date

01 Apr, 2024 (27 days ago)
Bid Notification

Type

Bid Notification
36C26124Q0492

Identifier

36C26124Q0492
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103383)VETERANS AFFAIRS, DEPARTMENT OF (103383)261-NETWORK CONTRACT OFFICE 21 (36C261) (5180)

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.

SOURCES SOUGHT NOTICE ONLY No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government. The Government will not pay for any information submitted in response to this request. The information requested will be used solely within the Department of Veterans Affairs to facilitate decision making and will not be disclosed outside of the Government. The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. Inquiries will only be accepted in writing via email to Rosario.chaidez1@va.gov on or before April 1, 2024, by 4:30pm, PT. The applicable North American Industry Classification System (NAICS) Code is 541519 Other Computer Related Services, and the small business size standard
is $34.0 Million Dollars. PSC Code is 6515 - Medical and Surgical Instruments, Equipment, and Supplies. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award (See Internet Site https://www.sam.gov/portal/public/SAM/). Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. *Potential Offerors must be an Authorized Distributor of all the products and be able to provide a letter showing such for the Brand Name Products ScriptPro USA, Inc. and be able to meet the warranty, product specifications, software, and support requirements as cited in the Statement of the Work (SOW) attached. This requirement is considered a Modification and Upgrade/Add-on to an already established Medical System and is to add additional sites that were left off an initial purchase. The Purpose of Sources Sought Notice The purpose of this source sought is to conduct market research to seek out interested vendor capable of fulfilling the requirement, and their size classification (HUBZone, 8(a), small, small disadvantage, service-disabled veteran owned small business, veteran owned small business or large business) relative to NAICS 541519 Other Computer Related Services, the small business size standard is $34.0 Million Dollars. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published on Contract Opportunities (https://sam.gov/content/opportunities ) or GSA e-Buy. Responses to this source sought notice are not considered adequate responses to the solicitation announcement. In response to this announcement, please provide the information below: Company Name: Address: SAM UEI Number: Contact Name: Phone No.: Email: Business Size Information Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HubZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder Yes No FSS/GSA Contract Number Effective Date/ Expiration Date The Government intends to procure the following items: Line Item Item Description 0001 PALO ALTO TEST SYSTEM, 1 EA 0002 PALO ALTO TEST SYSTEM SUPPORT/LICENSE SUBSCRIPTION 1 EA 0003 MENLO PARK TEST SYSTEM, 1 EA 0004 MENLO PARK TEST SYSTEM SUPPORT/LICENSE SUBSCRIPTION 1 EA 0005 STOCKTON TEST SYSTEM 1 EA 0006 STOCKTON TEST SYSTEM SUPPORT/LICENSE SUBSCRIPTION 1 EA 0007 SANTA ROSA VA CBOC TEST SYSTEM 1EA 0008 SANTA ROSA CBOC TEST SYSTEM 1 EA 0009 HCI 1000 servers Add-on (QTY 2), VM License, Full disk Encryption, Endpoint Security Server for Palo Alto, Menlo Park, Santa Rosa, Stockton 1 EA 00010 10 HCI 1000 servers Add-on (QTY 2), VM License, Full disk Encryption, Endpoint Security Server for Palo Alto, Menlo Park, Santa Rosa, Stockton Installation, support, and licensing To be installed at Sacramento 1 EA See attached document: SOW - VISN21-ScriptProTestSystems_ SSN _Draft. See attached document: Attachment A Quantity Breakout Sheet of Items Delivery Addresses. * Respondents who wish to be considered an SDVOSB or VOSB for market research purposes must complete VAAR Clause 852.219-76 (VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) and submit with their response to this notice (see next page). 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products. As prescribed in 819.7011(c), insert the following clause. The contracting officer shall tailor the clause in paragraph (a)(2)(iii) as appropriate: VA NOTICE OF LIMITATIONS ON SUBCONTRACTING CERTIFICATE OF COMPLIANCE FOR SUPPLIES AND PRODUCTS (JAN 2023) (DEVIATION) (a) Pursuant to 38 U.S.C. 8127(l)(2), the offeror certifies that (1) If awarded a contract (see FAR 2.101 definition), it will comply with the limitations on subcontracting requirement as provided in the solicitation and the resultant contract, as follows: [Offeror check the appropriate box] (i) [ ] In the case of a contract for supplies or products (other than from a non-manufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not certified SDVOSBs listed in the SBA certification database as set forth in 852.219-73 or certified VOSBs listed in the SBA certification database as set forth in 852.219-74. Any work that a similarly situated certified SDBOSB/VOSB subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Cost of materials are excluded and not considered to be subcontracted. (ii) [ ] In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. The offeror understands that, as provided in 13 CFR 121.406(b)(7), such a waiver has no effect on requirements external to the Small Business Act, such as the Buy American Act or the Trade Agreements Act. (2) Manufacturer or nonmanufacturer representation and certification. [Offeror fill-in check each applicable box below. The offeror must select the applicable provision below, identifying itself as either a manufacturer or nonmanufacturer]: (i) [ ] Manufacturer or producer. The offeror certifies that it is the manufacturer or producer of the end item being procured, and the end item is manufactured or produced in the United States, in accordance with paragraph (a)(1)(i). (ii) [ ] Nonmanufacturer. The offeror certifies that it qualifies as a nonmanufacturer in accordance with the requirements of 13 CFR 121.406(b) and paragraph (a)(1)(ii). The offeror further certifies it meets each element below as required in order to qualify as a nonmanufacturer. [Offeror fill-in check each box below.] [ ] The offeror certifies that it does not exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS code 541519, which is found at 13 CFR 121.201, footnote 18). [ ] The offeror certifies that it is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. [ ] The offeror certifies that it will take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. (iii) [ ] If this is a multiple item acquisition, the offeror certifies that at least 50% of the estimated contract value is composed of items that are manufactured by small business concerns. (3) The offeror acknowledges that this certification concerns a matter within the jurisdiction of an Agency of the United States. The offeror further acknowledges that this certification is subject to Title 18, United States Code, Section 1001, and, as such, a false, fictitious, or fraudulent certification may render the offeror subject to criminal, civil, or administrative penalties, including prosecution. (4) If VA determines that an SDVOSB/VOSB awarded a contract pursuant to 38 U.S.C. 8127 did not act in good faith, such SDVOSB/VOSB shall be subject to any or all of the following: (i) Referral to the VA Suspension and Debarment Committee; (ii) A fine under section 16(g)(1) of the Small Business Act (15 U.S.C. 645(g)(1)); and (iii) Prosecution for violating 18 U.S.C. 1001. (b) The offeror represents and understands that by submission of its offer and award of a contract it may be required to provide copies of documents or records to VA that VA may review to determine whether the offeror complied with the limitations on subcontracting requirement specified in the contract or to determine whether the offeror qualifies as a manufacturer or nonmanufacturer in compliance with the limitations on subcontracting requirement. Contracting officers may, at their discretion, require the contractor to demonstrate its compliance with the limitations on subcontracting at any time during performance and upon completion of a contract if the information regarding such compliance is not already available to the contracting officer. Evidence of compliance includes, but is not limited to, invoices, copies of subcontracts, or a list of the value of tasks performed. (c) The offeror further agrees to cooperate fully and make available any documents or records as may be required to enable VA to determine compliance. The offeror understands that failure to provide documents as requested by VA may result in remedial action as the Government deems appropriate. (d) Offeror completed certification/fill-in required. The formal certification must be completed, signed and returned with the offeror s bid, quotation, or proposal. The Government will not consider offers for award from offerors that do not provide the certification, and all such responses will be deemed ineligible for evaluation and award. Certification: I hereby certify that if awarded the contract, [insert name of offeror] __________________________ will comply with the limitations on subcontracting specified in this clause and in the resultant contract. I further certify that I am authorized to execute this certification on behalf of [insert name of offeror] _____________________________. Printed Name of Signee: ________________________________________ Printed Title of Signee: _________________________________________ Signature: ___________________________________________________ Date: _____________________ Company Name and Address: ______________________________________ ________________________________________________________________ ________________________________________________________________ (End of clause) DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this Sources Sought Notice. Inquiries will only be accepted in writing via email to Rosario.chaidez1@va.gov on or before April 1, 2024, by 4:30pm, PT.

Multiple Locations within VA Northern California Healthcare System (VANCHCS), See SOW & Attachment  Sacramento ,
  95834  USALocation

Place Of Performance : Multiple Locations within VA Northern California Healthcare System (VANCHCS), See SOW & Attachment

Country : United StatesState : CACity : Sacramento

Office Address : 10535 HOSPITAL WAY MATHER , CA 95655 USA

Country : United StatesState : CaliforniaCity : Rancho Cordova

Classification

naicsCode 541519Other Computer Related Services
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies