Skip to main content

An official website of the United States government

You have 2 new alerts

7A20--Sources Sought Unified Environmental Management Services (EMS) Software for the Hine VAMC Located in Chicago, IL [Brand Name Or Equal]

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: Mar 23, 2022 08:25 am CDT
  • Original Response Date: Mar 28, 2022 11:59 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 27, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 7A20 - IT AND TELECOM - APPLICATION DEVELOPMENT SOFTWARE (PERPETUAL LICENSE SOFTWARE)
  • NAICS Code:
    • 511210 - Software Publishers
  • Place of Performance:
    Hines VAMC, Chicago IL, 60141 ,

Description

THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide Unified Environmental Management Services (EMS) for the Hines VAMC. General Requirements: Brand Name or Equal: Crest Point Solutions EMS Unified Software Platform Salient Characteristics: A Unified Environmental Management Services (EMS) Software system that shall: Be capable of managing all of these business units under one platform, Linen/Laundry; Grounds Maintenance; Sanitation; Waste Management; Bed Turnover; EMS Service Call; Pest Control & Management and Asset Management. The system must be a Complete off the Shelf (COTS) solution that has been vetted and deployed successfully at multiple locations within the VA. Further, it shall have the capability to: a. Control EMS operational data. i. Allow for documenting operations at the business units level. ii. Track Loads, tonnage, usage, deficiencies, labor, types and costs. iii. Track projects, tasks, milestones, schedules, iv. Track employees, staff, contractors, hours, work performed, efficiency, work schedule, time and activity. v. Track assets, locations, part number, model number, manufacturers, types and asset numbers, vi. Track costs for labor, utilities, contractors and other expenses vii. Track budgets and spending viii. Have the ability to include photos and attachments strategically. ix. Reports (Local, Regional, National) 1. Capability to configure standard audit reports generated from operational data. 2. Generate user defined ad-hoc reports from operations. 3. Capability to generate Dashboard for Performance Measure. b. Provide EMS Administration Functions. i. Provide multiple levels of access to support all organizational levels (administrator, national, regional, local, Chiefs, etc.) ii. Maintain historical data. iii. Auto-generate analytics and trending to provide continuous operational overview. iv. Store electronic forms and unit data from operations. c. Access EMS operational data i. Local (VA Medical Center or equivalent) ii. Notify appropriate users via on-screen alerts when action needed. iii. Allow facility level (local) to use for internal inspections without higher level (regional or national) approval. iv. Regional (Veterans Integrated Service Network (VISN) or equivalent) 1. Ability to give users access to appropriate personnel at the regional level. 2. Allow for report generation and viewing. 3. Allow for a standardized data aggregation and flow of data v. National 1. Ability to give users access to appropriate personnel at the national level. 2. Allow for report generation and viewing. 3. Allow for a standardized data aggregation and flow of data d. Host and Maintain EMS records, forms, documents in electronic format for all units. i. Be directly tied to supervisory administrative inspections. ii. Update and validate operational processes and inputs. iii. Incorporate government defined reports. e. Provide configurability i. Government defined focus areas inspection criteria and data management. ii. Create custom data forms and inspection checklists or guides iii. Track multiple types of data management forms and inspections/audits simultaneously. TECHNOLOGY REQUIREMENTS The Environmental Management Services (EMS) Software System shall: a. Meet NIST 800-53 Rev.3 requirements for Certification and Accreditation. b. Hosted using secure Federal Risk and Authorization Management Program approved infrastructure Be a web-based application that shall be fully accessible via standard web browsers with no third-party software requirements thus maintaining no administrative client setup. c. Shall operate on mobile devices (Tablets, phones, laptops) as well as desktops using common interface. d. Utilize a data security interconnection infrastructure that shall address storage, generating, transmitting, and exchanging data. e. Interfacing with common leading software platforms and operating systems. f. If the government choose to, the system shall have the ability to run on virtual server hosted on government network All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP Contract number, if applicable. DUNS number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Specialist, Matthew Hohl, at Matthew.Hohl@va.gov no later than 11:59 PM (Central Standard Time), 29 March 2022. 36C25222Q0456 EMS-UNIFIED shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 511210, Software Publishers, is applicable to this acquisition; the size standard is $41.520 (In Millions of Dollars). Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.

Contact Information

Contracting Office Address

  • GREAT LAKES ACQUISITION CENTER 115 S 84TH ST
  • MILWAUKEE , WI 53214
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Apr 27, 2022 10:55 pm CDTSources Sought (Original)