DH01--Oracle Primavera Unifier

expired opportunity(Expired)
From: Federal Government(Federal)
36C26224Q0280

Basic Details

started - 28 Nov, 2023 (5 months ago)

Start Date

28 Nov, 2023 (5 months ago)
due - 08 Dec, 2023 (4 months ago)

Due Date

08 Dec, 2023 (4 months ago)
Bid Notification

Type

Bid Notification
36C26224Q0280

Identifier

36C26224Q0280
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
[object Object]

SetAside

SDVOSBC(Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14))
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.

THIS REQUEST FOR INFORMATION (RFI) 36C26223Q0396 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541519 (size standard is $34 million). Responses to this source sought 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. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22
Network Contracting Office, is seeking sources that can provide Oracle Primavera Unifier that at a minimum meets the following salient characteristics in the Statement of Work/ Minimum Technical Requirements for the Department of Veterans Affairs Greater Los Angeles Veterans Health Care System Include shipping cost on the items price. Vendor Requirements: Period of Performance is 30 days after award. Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the Statement of Work (SOW). Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. Statement of Work INTRODUCTION: This requirement is for Program Management software, located at the Tibor Rubin VA Medical Center, Long Beach, CA. The goal of this contract is to award a task order that shall allow the Projects and Construction Management team (PCM) to be able to utilize robust project management software, capable of asset management and project management. Contract procurement vehicle shall be executed through NASA SEWP V. SCOPE OF WORK: Contractor shall provide Oracle Primavera Unifier Software as a Service (SaaS) via this single purchase of CLIN items from the existing NASA SEWP contract. Software shall include upgrade capabilities, and the ability to integrate other VALB service departments. The software package provided will be a comprehensive solution for the entire project lifecycle-control portfolio planning through operations and management. The license, implementation, and support of Oracle Primavera Unifier Cloud Service. SALIENT CHARACTERISTCS The vendor shall provide VALBHS licensed users 24/7 access to Oracle online, cloud-based platform. The vendor s online platform is a purpose-built project management information system (PMIS) & shall track P/CM projects as they are entered by VALBHS user. The vendor s online platform will be loaded as preconfigured standard template with the ability to be adapted to VALBHS requirements. The vendor s online platform shall provide a dashboard to VALBHS administrators with an overview of the number of construction projects underway at VALBHS, and that dashboard will be sortable by the different variables of a project (for example, the number of projects that have completed the literature search stage of a project). The vendor s online platform shall allow administrators to access the VALBHS dashboard and run applicable reports depending on user permission. The vendor s administrators shall provide flexibility and adaptability in modifying and updating templates and workflows as needed by users. The vendor shall provide template admin training during the template setup process and virtual support for modifying existing capabilities of preconfigured forms/workflows. CLINS CLIN Item and # Description Qty 001 Preconfigured Template Setup- Project Controls Foundational loading of preconfigured content to the application environment as-is without modification, initializing the template for customer use, providing basic template admin training for up to six (6) participants and delivering a single template user familiarization workshop for up to twelve (12) participants. 1 002 Preconfigured Template Setup- Asset Management Foundational loading of preconfigured content to the application environment as-is without modification, initializing the template for customer use, providing basic template admin training for up to six (6) participants and delivering a single template user familiarization workshop for up to twelve (12) participants. 1 003 Preconfigured Template Adaptation- Project Controls Up to three hundred twenty (320) hours allocated for discovery, prioritization, configuration, and testing of modifications to existing form and workflow capabilities of preconfigured content. This is for editing existing capabilities of preconfigured forms/workflows 1 004 Primavera Unifier Project Controls Cloud Service- 25 seats Monthly License- 25 seats 25 005 Primavera Unifier Facilities and Asset Management Cloud Service- 25 seats Monthly License- 25 seats 25 006 Primavera Unifier team for External Collaborators Cloud Service- 10 seats Monthly License- 10 seats 10 CONTRACT TYPE: The effort shall be proposed on a Firm Fixed Price (FFP) basis. HOURS OF COVERAGE: Normal hours of operation are Monday through Friday from 7:30 am to 4:00 pm Pacific Daylight Time (PDT). All work is expected to be performed generally during normal hours of coverage unless requested or approved by the COR or his/her designee. If applicable: Before commencement of work, the Contractor shall confer with the VA COR and Contracting Office to agree on a sequence of procedures; means of access to premises and building. Federal Holidays observed by Veterans Health Administration are: Federal Holidays are as follows: New Years' Day Labor Day Martin Luther King Day Columbus Day Washington s Birthday Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day For actual dates observed, see the following link: https://www.opm.gov/policy-data-oversight/pay-leave/federal-holidays/ IDENTIFICATION, PARKING, NO SMOKING, & VA REGULATIONS: The Contractor's personnel shall wear visible identification issued by VAHCS Police Section at all times while on the premises of VAHCS. Temporary badges can only be used for one day. Contractors on site longer than one day will require the contractor to go through the formal badging process, which can take up to 4-6 weeks. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. VAHCS shall not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is strictly prohibited anywhere on the Veterans Affairs Health Care Facilities, to include main facility, and any other buildings at or on the premises. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. COVID-19 testing and screening: At the present time, the following are the screening procedures. Note that this is an evolving situation and actual requirements may vary. Screening requirements shall be followed. Verify with COR for latest guidelines. Administrative and Low Risk Patient Areas: Daily screening at defined entry/exit points. High risk patient areas: In addition to the requirements of Administrative and Low Risk Patient Areas, additional PPE may be required. Highest Risk Patient Areas: In addition to the requirements of High-Risk Patient Areas, documentation showing all contractor employees or subcontractor employees have tested negative for COVID-19 48 hours prior to start of work. Documentation of negative retesting is required every 7 days. Currently only Building 150 & Building 128 meets this requirement. All areas: Surgical or N95 masks are required at all times. Proof of vaccination is required. All visitors of indoor inpatient units (including CLC and SCI) AND all vendors entering the facility indoors regardless of location must provide the following upon entry into the facility: Valid Government issued Photo ID ___________________________________________________________________________ (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics/Minimum Technical Requirements being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to Jose.espinoza3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Dec 08, 2023, at 1:00 PM PST. Please submit any questions or concerns via email to Jose.espinoza3@va.gov no later than Dec 06, 2023. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference RFI 36C26224Q0280 Oracle Primavera Unifier.

VA Long Beach Healthcare System 5901 E 7th StreetLocation

Place Of Performance : VA Long Beach Healthcare System 5901 E 7th Street

Country : United StatesState : California

You may also like

ORACLE LINUX PREMIER - MAINTENANCE AND TECHNICAL SUPPORT

Due: 26 Aug, 2024 (in 3 months)Agency: SMALL BUSINESS ADMINISTRATION

ORACLE JAVA RENEWAL

Due: 02 Feb, 2025 (in 9 months)Agency: BUREAU OF THE FISCAL SERVICE

RENEW ORACLE SOFTWARE SUPPORT

Due: 21 May, 2026 (in about 2 years)Agency: BUREAU OF THE FISCAL SERVICE

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 DH01