VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Summary
Da10--678-25-2-177-0025 Audiocare Prefill Software
Description
Sources Sought Notice page 13 Of 13 *= Required Field sources Sought Notice page 1 Of 13 this Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation 1. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Businesses , Including Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses (sdvosb/vosb), Who Are Interested In Submitting Proposals For This Procurement And Who Are Capable Of Performing The Work Required For This Procurement. 2. The Naics For This Requirement Is 541512 Computer Systems Design Services 3. The Contractor Shall Provide Audiocare Prefill Software Prescription Refill For The Southern Arizona Va Healthcare System (savahcs) (see Attached Draft Sow). The Required Products Shall Be Provided By The Contractor Along With All Resources Necessary To Accomplish The Deliverables Described In The Attached Draft Statement Of Work (sow). 4. Interested And Capable Contractors Are Encouraged To Respond To This Notice Not Later Than Wednesday, Mar 11th 2025, At 11:00 Am Pst, By Providing The Following Information Via Email Only To Jose.espinoza3@va.gov. (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email Of Primary Point Of Contact (e) Contractor S Unique Entity Id (sam) Number (f) Type Of Small Business, If Applicable, (e.g. Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Woman Owned Small Business, Small Disadvantaged Business, Or Small Business). (g) Statement Indicating Whether Your Company Is Considered Small Under The Size Standard For The Naics Code Identified Under This Rfi. (h) Statement Indicating The Product Name Of The Audiocare Prefill Software Prescription Refill For The Savahcs Product Referenced Above That You Intend To Provide For This Procurement. (i) Statement Indicating Whether You Are The Manufacturer Of The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement. If You Intend To Provide Products Manufactured By A Company Other Than Your Own, State The Name Of The Company Whose Audiocare Prefill Software Prescription Refill For The Savahcs Product You Intend To Provide, The Country Of Origin, And Whether The Company That Manufactures That Product Is A Small Business Under The Size Standard For The Naics Code Identified Under This Rfi. (j) Statement Indicating If You Have A Current Contract To Provide The Audiocare Prefill Software Prescription Refill That You Intend To Provide For This Procurement, Along With The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement, Under Either The General Services Administration (gsa) Federal Supply Schedule (fss) Or With The Va National Acquisition Center (nac), National Aeronautics And Space Administration (nasa) Solutions For Enterprise-wide Procurement (sewp), Or Any Other Federal Contract. If Yes, Provide The Contract Type And Contract Number, As Well As The Identity Of The Federal Agency With Whom You Hold That Contract. (k) Statement Indicating If Your Product That You Intent To Provide For This Procurement Was Assessed By Va Technical Reference Model Management Group And Currently Approved For Use In The Va. (l) Statement Indicating How Many Calendar Days You Estimate It Would Take You To Implement, Configure, And Validate The Audiocare Prefill Software Prescription Refill For The Savahcs That You Intend To Provide For This Procurement In A Medical Center Similar To The Va Medical Center. (m) General Pricing For Your Products/solutions For Market Research Purposes. (n) A Capability Statement That Provides Detailed Information For One Or More Reference Contracts That Demonstrate Your Experience Providing Requested Products That Meets The Requirements Described In The Attached Draft Salient Characteristics And Demonstrates Your Experience Providing The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement. General Statements Of Capability Are Not Acceptable. Respondents Must Provide The Following Information For Each Reference Contract The Respondent Identifies As Evidence Of The Respondent S Capability To Perform The Work Required By This Procurement. Respondents Must Provide The Following Information For Each Reference Contract: (1) The Legal Name Of Entity With Whom The Respondent Held The Contract; (2) The Contract Number; (3) A Description Providing Details Of The Specific Tasks The Respondent Performed Under That Contract; (4) The Dates During Which The Respondent Performed The Contract; (5) The Name, Phone Number, And Email Address Of A Person At The Entity With Whom The Respondent Held The Contract Who Can Verify The Information The Respondent Provides regarding This Reference Contract. if A Respondent Offers To Demonstrate Experience Through The Proposed Use Of Subcontractors, The Respondent Must Provide All Of The Information Required Above For One Or More Reference Contracts Performed By Each Subcontractor The Respondent Intends To Use. note: The Information Requested Above Is Required For The Government To Evaluate Whether There Are Sufficient Small Business Concerns Of A Particular Type Who Are Capable Of Performing The Work Required By This Procurement To Determine If This Procurement Should Be Set Aside For A Given Type Of Small Business Concern. Failure To Submit All Of The Information Requested Above To Support A Respondent S Claimed Experience May Be Viewed By The Government As Evidence That The Respondent Lacks The Ability To Provide The Products Requested In This Procurement. This, In Turn, May Affect The Government S Determination About Whether The Requirements For A Set-aside Procurement Have Been Met. 5. All Offerors Who Provide Goods Or Services To The United States Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications. 6. Small Business Respondents. (a) If Respondent Is Vosb Or Sdvosb, Respondent Is Encouraged To Provide Proof Of Www.vetbiz.gov Certification. In Addition, Sdvosb/vosb Contractors Are Asked To Acknowledge That They Understand The Limitations On Sub-contracting Pursuant To Far 52.219-14, Limitations On Sub-contracting, Which Will Be Included In The Impending Solicitation. Further Sdvosb/vosb Contractors Are Asked To Respond That They Are Capable Of Providing The Requested Services Keeping Within The Parameters Of This Clause. (b) Small Businesses, Including Sdvosb/vosbs Are Also Advised That Per 13 Cfr, § 125.6 The Prime Contractor's Limitations On Subcontracting Are As Follows: (1) General. In Order To Be Awarded A Full Or Partial Small Business Set-aside Contract With A Value Greater Than $150,000, An 8(a) Contract, An Sdvo Sbc Contract, A Hubzone Contract, A Wosb Or Edwosb Contract Pursuant To Part 127 Of This Chapter, A Small Business Concern Must Agree That: (2) In The Case Of A Contract For Services (except Construction), It Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Similarly Situated. Any Work That A Similarly Situated Subcontractor Further Subcontracts Will Count Towards The 50% Subcontract Amount That Cannot Be Exceeded. (c) Please Note That If Va S Pending Market Research Establishes That Two Or More Verified Vosb Or Sdvosb Can Provide The Services Required, Va Will Set Aside The Underlying Solicitation Per 38 U.s.c. §8127. --end Of Sources Sought Announcement-- disclaimer This Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi 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 Rfi. statement Of Work background: Tucson, Arizona Healthcare System (savahcs) Currently Utilizes Audiocare Software To Help Improve Patient Care. The Additional Of Audiocare Prefill Will Enhance Services That Pharmacy Is Able To Provide Patients. As Savahcs Already Utilizes Audiocare, A Contract Is In Place. at The Conclusion Of Year One With Audiocare Prefill, That Contract Will Be Able To Be Rolled Into The Main Contract With Audiocare. purpose Of Project: Audiocare Is Already A System Used By Icva Pharmacy To Facilitate Communication Between Staff And Patients. Per Audiocare Contact, Prefill Has Started To Roll Out To Other Visns With Impressive Data Being Gathered. Call Centers Are Seeing A Reduction In Refill And Renewal Calls And Sites Are Seeing Up To 2-3 Times Their Previous Rxs Processed Via Their Automated Line. As The Va Does Not Utilize Automatic Refilling, It Is Common For Patients To Wait To Long To Refill/renew Their Prescriptions Which Leads To An Increase In Overnight Shipping Costs As The Local Facility Needs To Then Overnight The Prescription To The Patient To Avoid An Interruption Of Therapeutic Care. These Overnight Shipping Costs Are Quite A Financial Burden To The Facility. Prefill Can Help Combat This And Increase Patient Safety, Patient Satisfaction, And Employee Satisfaction. statement Of Work: The Addition Of Prefill To The Existing Audiocare Software Will Make Managing Prescriptions Easier And More Convenient For Patients. As Savahcs Already Has Audiocare, Installation Would Be Able To Begin Immediately. This Installation Would Involve Savahcs It And Pharmacy Staff. this Procurement Shall Include Any Necessary Networking Equipment, Infrastructure, And Licensing To Properly Integrate Into Savahcs S Existing Service Contract With Audiocare. the Installations Associated With The Infrastructure Are To Be Included In This Procurement. Installation Includes, But Is Not Limited To: project Management And Coordination Of The Install: appropriate Savahcs Staff Shall Assist As Needed To Maintain The Integrity Of Va Sensitive Information. if Applicable, Shipping And Handling Of The Agreed Upon Equipment And Infrastructure And Ensuring It Reaches The Appropriate Destination. installation Of All Agreed Upon Software, Licensure, And Networking Infrastructure. installation Of Prefill Shall Result In A Fully Functioning System. savahcs Information Technology And Pharmacy Staff Shall Assist Contractors As Necessary To Ensure The Integrity Of Any Va Sensitive Information. confirming The Integration Of Audiocare Prefill With The Existing Audiocare Platform. contractor Qualifications: If A Contractor Is Required The Contractor Must Be Certified To Perform Any Installation By The Original Equipment Manufacturer And Have At Least Two Years Prior Of Experience Performing The Install Work. Joint Commission And Accreditation Agencies Are Applicable To This Procurement. evaluation And Award Factors: Award Shall Be Made To The Offer Representing The Best Value To The Government Considering Technical And Price Factors As Stated Below. Offerors Shall Include In Their Proposal S Specific Information Relative To The Evaluation Factors Listed Below To Ensure Proper Evaluation Of Their Proposal. The Technical Evaluation Factors Shall Be Considered More Important Than The Remaining. past Performance specialized Skills, Expertise, And Knowledge ability To Integrate With Existing Audiocare Platform. price program Office Point Of Contact And/or Contracting Officer Technical Representative (cotr): r, Pharmacy Informatics Chief Will Be Identified Upon Award contractor Personnel Security Requirement: Any Contracted Personnel Shall Need Access To Sensitive Patient Data And Systems During Install Of Software To Verify And Test Functionality. market Research: Please Refer To Market Research Document For Information On The Performed Market Research. delivery & Package, Inspection/acceptance Requirements, Warranty: Software Shall Be Combined With Existing Contract After 1 Year. Warranty Would Become Part Of That Contract.
Contact
Tender Id
36C26225Q0556Tender No
36C26225Q0556Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov