The RFP Database
New business relationships start here

VA247-14-Q-1717 - Vocera Badges, Training, and Associated Software and Services for the Ralph H. Johnson VA Medical Center, Charleston, SC


South Carolina, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Solicitation: VA247-14-Q-1717; VOCERA BADGES, TRAINING, AND ASSOCIATED SOFTWARE AND SERVICES FOR THE RALPH H. JOHNSON VA MEDICAL CENTER, CHARLESTON, SC
Notice Type: Combined Synopsis/Solicitation
(i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.5, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) The solicitation number is VA247-14-Q-1717 and is issued as a COMBINED SYNOPSIS/SOLICITATION (Request for Quotation (RFQ).
(iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/ (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR).
(iv) This solicitation is issued as a total SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS (SDVOSB) Set-Aside. The North American Industry Classification System (NAICS) code is 541519, OTHER COMPUTER RELATED SERVICES and the size standard is 150 employees.
(v) This requirement consists of the following Exact Match:

(vi) The following is a detailed description of the requirements for this solicitation:
DATE: OCTOBER 20, 2014

STATEMENT OF WORK
Professional services requested to support the deployment of 600 additional Vocera badges and associated Vocera training at the Ralph H. Johnson VA Medical Center (RHJVAMC), Charleston, SC.

Project Details

1. System Installation, Configuration and Testing Services

The Vendor Implementation Engineer shall complete the following tasks:
1.1 Use the stand-alone Badge Configuration Station with dedicated access point to configure up to 600 Vocera badges, including Vocera badge labeling and entering into Vocera Device Management.
1.1.1 Review badge configuration with RHJVAMC Systems Administrator. RHJVAMC Systems Administrator will configure additional badges if needed.

1.2 Develop, upload and configure the initial database for a maximum of new 100 users.
1.2.1 Users will be entered into existing call flow structure
1.2.2 RHJVAMC shall provide user list to Vendor two (2) weeks before deployment commences.

1.3 Conduct end-to-end testing of the Vocera solution, including calls between Vocera badges and phones, calls to pagers (if enabled on RHJVAMC Vocera system). Working with RHJVAMC team, troubleshoot issues which may arise during the end to end testing.

2. Vocera Voice Training Services
Vendor shall develop and deliver customized training at the point of use, focusing on the best practices for using and maintaining RHJVAMC Vocera devices.
2.1 Provide up to a maximum of 100 seats for Vocera device training over three (3) separate trips,each trip up to one (1) day in duration. Training services will include a Train-the-Trainer session; up to two (2) Super User training session; and up to ten (10) Basic End User training sessions.
2.1.1 Basic End User class size not to exceed eight (8) seats.
2.1.2 Super User class size not to exceed twelve (12) seats.
2.1.3 Maximum number of classes per day not to exceed five (5).
2.1.4 RHJVAMC Trainer(s) will train remaining staff and new hire staff.
2.1.5 RHJVAMC is responsible for ensuring full attendance to each training session scheduled.

2.2 Provide up to a maximum of one (1) training session to train staff on how to make staff assignments in the Vocera Staff Assignment application.
2.2.1 Staff Assignment -class size not to exceed eight (8) seats.

2.3 Provide consultation on training strategies and best practices to meet the needs of RHJVAMC as well as on-unit support during training days to support Trainers, Super Users, Basic End Users and other staff to effectively utilize Vocera.

3. RHJVAMC Responsibilities

RHJVAMC is responsible for the following:
"    Provide a single point of contact to manage the Vocera implementation, obtain resources, schedule RHJVAMC personnel, and review and approve engagement deliverables.
"    Acquire and configure all related server and network hardware and resources as identified by Vendor in its deployment sizing matrix (and/or specifications provided by Vendor at time of project initiation). Ensure hardware required for Vocera System is ready at the time services are provided.
"    Ensure the access points, network infrastructure, hardware and systems software support the requirements for the Vocera Communications System in accordance with Vocera's Infrastructure Implementation Guide.
"    Ensure that all necessary RHJVAMC IT and clinical personnel as identified by Vendor are available at mutually agreed times and dates to support key meetings, including but not limited to call flow design meeting, clinical workshop, installation, assessment, and training.
"    Ensure that all necessary RHJVAMC IT and clinical personnel as identified by Vendor review and sign off on deliverables. Any changes to deliverables after sign off will be handled through a
Change Order process. Change Order request can be initiated by either the Government or by the Vendor.
"    Schedule all on-site Vendor services between the hours 7am-7pm, local time, Monday -Friday. Vendor training services are performed in 8-hour days.
"    Assign technical resources that have access and adequate permissions on the Vocera servers and configuration computers.
"    Identify Trainers and Super Users to be trained by Vendor.
"    Working with the Vendor, establish schedules for training that meet the following requirements (and agreed to by both parties):
o    Voice
"    Super User class size not to exceed twelve (12) seats
"    Basic End User class size not to exceed eight (8) seats
"    Maximum number of classes per day not to exceed five (5)
"    Vocera Staff Assignment Training should also be scheduled as a classroom training session. Each participant should be provided with a workstation that has intranet/internet access to connect to the Vocera Staff Assignment application.
"    Ensure the Vocera Systems Administrator is available to support the Vendor trainer at all times during the training classes, and make changes as necessary to the database to support modifications and changes uncovered during training.
"    Identify help desk staff who can support any issues uncovered during training.
"    Designate training rooms of adequate size with wireless coverage and a speaker phone for demonstration purposes.
"    Provide a desk, telephone and internet access for the Vendor Implementation Team.

Outside Statement of Work
Vendor is not responsible for the following:
"    Troubleshooting or maintaining hardware infrastructure, including servers, network, SQLServer Database and the PBX
"    Third party system interfaces (licensing, configuration and interoperability)
"    Wireless remediation, including but not limited to configuration and/or adjustment to network controllers / settings
"    Allocation of names and locations of access points
"    Any services not included in this Statement of Work are considered out of scope

Summary
It is estimated that approximately 96 hours of Vendor Services will be required. Delivery of the Vocera solution requires no more than four (4) separate Vendor trips on-site at the RHJVAMC. Travel expenses shall be billed in accordance with FTR.

Kick-off and scheduling shall occur no later than six (6) weeks after receipt of order (ARO).

(End of Statement of Work)
(vii) Offer must be good for 60 days after close of solicitation
Period of Performance: 12 Months from Date of Award
Shipping: FOB Destination
Shipping Address:
Department of Veterans Affairs
Ralph H. Johnson VA Medical Center
109 Bee Street
Charleston, SC 29403-5799

(viii) 52.212-1     Instructions to Offerors - Commercial Items, applies to this solicitation with the following addenda, FAR 52.209-5 Representation by Corporations Regarding an Unpaid Tax Liability or Felony Conviction Under any Federal Law (Deviation); FAR 52.209-7 Information Regarding Responsibility Matters; VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (SDVOSB); VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources
(ix) 52.212-1    Instruction to Offerors - Commercial Items (Addendum) - Basis of Award for Lowest Price Technically Acceptable Evaluation Criteria
At minimum, the offered item(s)/services must meet all requirements set forth in the product specifications/salient characteristics of the requested items manufacturer documentation to be considered a responsive offer. The Offeror that submits the offer that meets all the requirements of the solicitation, is responsive and responsible, and has the lowest cumulative price for all items (inclusive of delivery) will be selected.
The Government anticipates awarding a single award contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer:
1.    Documentation that confirms the requested items/services are Exact Match to those specified in this solicitation.

2.    Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance performing the same type and kind of services specified in this solicitation.
3.    Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted/offered items.
4.    Documentation that confirms the company/employees have the required licensing and certifications for performing the same type and kind of services specified in this solicitation.
5.    Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov
(x) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offerors are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE WRITTEN QUOTE, a copy of the provision may be attained from http://www.acquisition.gov/far/; if not provided, the offer may not be considered for award.
(xi) 52.212-4 Contract Terms and Conditions - Commercial Items: applies to this solicitation with the following addenda; FAR 52.217-8 Option to Extend Services; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission; and VAAR 852.237-70 Contractor Responsibilities
(xii) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; applies to this solicitation, and the following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.203-6, 52.209-6, 52.209-9, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 52.225-13, 52.232-34, 52.222-41, 52.222-42, 52.222-44, 52.222-51, 52.222-17
(xiii) n/a.
(xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition.
(xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than November 6, 2014 11:00 AM EST to David W. Decker, NCO 7 Contract Specialist, e-mail david.decker3@va.gov. The solicitation number must be identified on all submitted questions. Questions received after this date and time will not be answered.
(xvi) Site Visit: A site visit is not contemplated at this time.
(xvii) QUOTES/OFFERS ARE DUE November 13, 2014 at 11:00 AM EST. Only electronic offers will be accepted; submit quotation to - David W. Decker, NCO 7 Contract Specialist, e-mail david.decker3@va.gov. All offers must include the solicitation number. Quotes/offers received after this date and time may not be considered for award.
(xviii) Contact information
Contracting Office Address:
Network Contracting Office 7-SAO EAST
Department of Veterans Affairs
325 Folly Road, Ste 300
Charleston, SC 29412

Place of Performance:
Ralph H Johnson VA Medical Center (RHJVAMC)
Department of Veterans Affairs
109 Bee Street
Charleston, SC 29401

Primary Point of Contact:
David W. Decker, NCO 7 Contract Specialist
david.decker3@va.gov

David W. Decker
Contract Specialist, NCO 7
david.decker3@va.gov

VA247-14-Q-1717, Vocera Badges

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP