Federal Bid

Last Updated on 30 Apr 2015 at 9 AM
Sources Sought
Location Unknown

D--Anesthesia Record Keeping (ARK) - Maintenance

Solicitation ID VA11915N0151
Posted Date 16 Mar 2015 at 12 PM
Archive Date 30 Apr 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Strategic Acquisition Center Fredericksburg (36c10g)
Agency Department Of Veterans Affairs
Location United states
ANETHESIA RECORD KEEPING (ARK) SYSTEM SOURCES SOUGHT SYNOPSIS: 1. NOTICE: This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only. The Government will not pay for the information requested herein. Only non-classified information shall be provided in your response. Copies of the submitted information may be reproduced for Government review. 1.1 PURPOSE: This Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside. The proposed North American Industry Classification Systems (NAICS) Code is 541511 which has a corresponding Size Standard of $27.5M. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. 2. PROGRAM DETAILS: It is the intent of the Government to find a contractor to provide modifications, scheduled maintenance and emergency/incidental repairs, and maintenance on existing ARK systems located throughout the Veteran Health Administration. The ARK is designed to collect, manage, integrate, display, and store essential clinical patient care information in critical care and operative care areas utilizing MetaVision software. The contractor shall provide all engineering resources, software, tools, supplies, equipment and labor to maintain MetaVision software. 3. GOVERNMENT REQUEST: Interested parties are requested to submit a letter of interest, brief statement of current capability and responses to the attached Capabilities Questionnaire. The Government will use this information to determine the best acquisition strategy for this procurement. Please limit your submissions to ten pages in PDF or Microsoft Word Format. In order to be considered in this Source Sought, please reply by 4:00 PM MST, 20 March, 2015. ? CONTRACTOR CAPABILITY QUESTIONNAIRE Part I. Business Information 1. Company/Institute Name: 2. CAGE Code: 3. Company Point of Contact a. Name b. Telephone # c. Email address 4. Physical Address: 5. Web Page URL: 6. Provide your company's North American Industry Classification System (NAICS) Code: a. If your company is a small business, is a woman owned business, small disadvantaged business, 8(a) business, HUB Zone business, Serviced Disabled Veteran Owned Business, etc. Part II. Capability Survey Questions 1. Provide your suggested NAICS code. 2. Are you anticipating your company to be a prime contractor or a subcontractor? 3. Are you anticipating a teaming arrangement? a. Any responses on teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Part III. General Capability Questions: 1. Describe briefly the capabilities of your business and the nature of the goods and/or services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 3. Describe your company's capabilities and experience in providing modifications, scheduled maintenance and emergency/incidental repairs, and maintenance on a MetaVision system. 4. Explain your specific experience in engineering, software, repairs, maintenance, and modifications on ARK. 5. Describe your company's capabilities of providing original equipment manufacturer replacement parts and software licenses for ARK. 6. Describe your capabilities of modifying ARK and providing customized solutions to these systems. Describe how your company can guarantee seamless integration into the existing system without adversely affecting system performance. 7. Are there specific requirements in the documentation that we provide that would currently preclude your services from being a viable solution to our requirement? 8. Discuss any concerns you may have with our requirement. 9. Describe your company's past experience in the ability to limit disruption to normal everyday production activities while still completing the maintenance, repair, and modification of ARKs. 10. Discuss your company's ability to respond to emergency/incidental repairs. Part IV. Commerciality Questions: 1. Do you consider the requirements to be commercial (see FAR 2 definitions)? Please provide supporting rationale (based on the FAR Part 2 definition). 2. Are there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 3. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. Interested offerors should send a response to the sources sought inquiry and the questions listed above to the Contracting Officer. Responses should be submitted by 4:00 PM MST, 20 March, 2015. Email responses in PDF or Microsoft Word format are preferred. The point of contact information is listed below: The Department of Veteran Affairs Strategic Acquisition Center Beth Davis, Contracting Specialist 10300 Spotsylvania Ave Suite 400 Phone: (202) 271-2597 Email: [email protected] The information provided is for VA's market research and is given understanding VA has no obligation to pay for the information. The information may be used in developing a request for proposals (RFP) but does not obligate VA to issue an RFP or contract. Any proprietary information submitted may be used as a general concept but specific information will be safeguarded as proprietary, if so marked.
Bid Protests Not Available

Similar Past Bids

Location Unknown 13 Dec 2016 at 8 PM
Location Unknown 16 Mar 2015 at 12 PM
Location Unknown 16 Mar 2015 at 4 PM
Location Unknown 16 Mar 2015 at 3 PM
Location Unknown 05 Jan 2016 at 12 PM

Similar Opportunities

Nebraska 30 Sep 2026 at 4 AM
Pennsylvania 31 Dec 2025 at 5 AM
Maryland 30 Jun 2027 at 4 AM
Maryland 30 Jun 2027 at 4 AM
Maryland 30 Jun 2027 at 4 AM