The RFP Database
New business relationships start here

55854 - Supply Chain GUI O&M


New Jersey, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information Logistics and Prosthetics Graphical User Interface Overlay
The Department of Veterans Affairs (VA), Veterans Health Administration (VHA) has currently deployed a Logistics and Prosthetics Graphical User Interface (GUI) Overlay to Veterans Information Systems and Technology Architecture (VistA) for users at 141 VA Medical Centers (VAMCs) and a training instance at the Veterans Affairs Acquisition Academy (VAAA). The software package provides a tiered control and implementation of standardized national, Veteran Integrated Service Network (VISN), and VAMC business rules, controls, data management and standardization required to perform the functions relating to VistA s Integrated Funds Distribution, Control Point Activity, Accounting and Procurement (IFCAP); General Inventory Package (GIP), Automated Engineering Management System/Medical Equipment Reporting System (AEMS/MERS), Prosthetics Inventory Package (PIP), Prosthetics and Sensory Aids Services (PSAS), and provides enterprise reporting and data integration services.

This Logistics and Prosthetics GUI Overlay was installed and trained at all VAMCs and the VAAA between August 2016 and July 2017. Since then, additional VA (non-VAMC) groups have requested the GUI product to help streamline their workload and business processes.

The VA continues to utilize the GUI product but will slowly transition to other software tools and applications to meet its Logistics and Prosthetics needs. The site-by-site migration will occur over a number of years, and the transition schedule for Above PAR (APAR) and Advanced Prosthetics Acquisition Tool (APAT) users at each site will be different.

Please see the draft performance work statement (PWS) attached to this posting.
This is a Request for Information (RFI) only. Do not submit a proposal or quote. It is requested that all companies interested in participating in this effort please note their interest and submit a capability statement demonstrating their ability to meet this requirement by providing technical details on how their company would provide the required services. Please denote the business size for North American Industry Classification System (NAICS) Code 541511 and indicate if you are a Service-Disabled Veteran-Owned Small Business (SDVOSB) or a Veteran-Owned Small Business (VOSB). SDVOSBs and VOSBs are requested to provide evidence that your firm is verified in VA s Veteran Information Pages. Open market items will not be permitted.
This RFI is for planning purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI. Your response to this RFI will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this RFI. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. The information provided may be used by VA in developing its acquisition strategy and PWS. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their responses. The Government does not intend to pay for the information submitted in response to this RFI.
Respondents shall include the following in their submissions:

Name of Company:
Cage Code and DUNS Number:
Address:
Point of Contact /Company Representative:
Phone Number:
Fax Numbers:
Email Address:
Any applicable schedules (General Services Administration (GSA), Mission Oriented Business Integrated Services (MOBIS), Veterans Technology Services (VETS) Government wide Acquisition Contract (GWAC), Transformation Twenty-One Total Technology Next Generation (T4NG), etc.);
The NAICS code applicable to this acquisition is 541511. The Small Business Size Standard for this NAICS code is $27.5M. Please indicate your company s size and socio-economic status under this NAICS.
Submit your response via email no later than 12:00 P.M Eastern Time on Friday, June 28, 2019;
If there are any vendor questions regarding the requirement, the Contracting Office will coordinate a comprehensive response and post to Federal Business Opportunities Page (FedBizOps).
Mark your response as Proprietary Information if the information included is considered to be business sensitive and/or includes trade secrets.
Any Service-Disabled Veteran-Owned Small Businesses (SDVOSB) or Veteran-Owned Small Businesses responding, provide the intent and ability to meet set-aside requirement for performance of this effort, which in accordance with VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION) VA Notice of Total SDVOSB Set-Aside and VA Notice of Total VOSB Set-Aside, respectively, and 13 CFR B'125.6, the contractor will not pay more than 50% of the amount paid by the Government to it to firms that are not SDVOSBs or VOSBs as defined by VAAR 852.219-10 (JUL 2016) (DEVIATION) and VAAR 852.219-11 (JUL 2016) (DEVIATION).

The Technology Acquisition Center (TAC) point of contact for this RFI is Contract Specialist, Amanda Bleses, Amanda.Bleses@va.gov. Responses are requested no later than 12:00PM ET on June 28, 2019, via email to Amanda.Bleses@va.gov. All responsible sources may submit a response which shall be considered by the agency. Please note Graphical User Interface Overlay in the subject line of your response.

WARNING:B Please do not wait until the last minute to submit your responses!B To avoid submission of late responses, we recommend the transmission of your response file 24 hours prior to the required response due date and time.B Please be advised that timeliness is determined by the date and time an Offeror s response is received by the Government not when an Offeror attempted transmission. Offerors are encouraged to review and ensure that sufficient bandwidth is available on their end of the transmission.

All proprietary/company confidential material shall be clearly marked on every page that contains such.

Amanda.Bleses@va.gov

Amanda.Bleses@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP