Skip to main content

An official website of the United States government

You have 2 new alerts

6515--NEW | CTX DSS Peri-Op Manager Suite

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jun 05, 2024 05:45 pm CDT
  • Original Response Date: Jun 11, 2024 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 10, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 541519 - Other Computer Related Services
  • Place of Performance:
    ,

Description

This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the procurement of Maintenance Service Contract for the Operating Room (OR) Technology Dashboard Display System (Peri-operative Care) Background and Requirement: The Technology Dashboard Display System (Peri-operative Care) is currently in use by the Central Texas Veterans Healthcare System (CTVHCS) and continuity of service is required for patient care. SPECIFIC INSTRUMENT REQUIRED: The Maintenance Service for the OR Technology Dashboard Display System at CTVHCS, Temple, Texas. Service must consist of the following: A. Corrective and Preventive Maintenance Services: All services necessary and required to ready the OR Technology Dashboard Display System for operation (software licenses, analytic software and maintenance support). B. Maintenance Service as needed to maintain system operational at all time: CTVHCS POC will verify that required specifications are met and testing will be performed as necessary to ensure system is fixed, repair, serviced and fully operational. The Contractor will provide all resources, including software required to ensure system remains operational, in accordance with the contract requirements and the Document Storage Systems, Inc. This includes but not limited to replacing and installation of monitors. C. Training and instructional aides on the Peri-Op system must be provided. 4. DESCRIPTION OF OR TECHNOLOGY DASHBOARD DISPLAY SYSTEM: Equipment features: -Native, intuitive designs -Op Board, OR Dashboard, OR schedule board, Family waiting board, ARK and VistA/CPRS interfaces If this is an item your business can provide, please respond to this Sources Sought Notice by 3:00 PM Central Time on Tuesday, 11 June 2024. The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. Respond to this notice if you can provide the exact brand name products listed in requirement section above. In the response, please cite your business size status. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Place of Manufacture, the VA is looking for US Made items (2) Business Name and Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. Send responses to Frank Mendoza at Francisco.Mendoza@va.gov. DISCLAIMER: This notice is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice.

Contact Information

Contracting Office Address

  • 5441 Babcock Road Suite 302
  • San Antonio , TX 78240
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Aug 10, 2024 10:55 pm CDTSources Sought (Original)