6515--VA Greater Los Angeles ScriptPro Server Upgrade
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this ... This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below. Contract Title: VA Greater Los Angeles Healthcare System s (VAGLAHS) request for ScriptPro server upgrade at (3) locations within the VAGLAHS. Background: VAGLAHS has a requirement to replace old Windows 12 server with an updated Windows19 server. Windows 12 will no longer be serviceable, which can cause issues with ScriptPro automation equipment needed to fill patient prescriptions. Scope: Procurement of Windows 19 server shall include: On-Site: Configuration, factory testing, shipping and handling, remote installation support, on-site installation support, and on-site calibration and testing. Factory: Configuration, factory testing, shipping and handling, and remote installation support. Remote: Configuration and remote installation support. Requirements/Salient Characteristics: Must be compatible with current ScriptPro technology Must be able to house operational activity for ScriptPro equipment Deliverables: NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. For equivalent servers other than ScriptPro, offerors may create additional line items for additional feature/accessories required in order to meet the salient characteristics above. Offerors must include the brand name and model# if different than listed below and must provide product brochures and evidence that the equivalent brand meets the requirement. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. VA LOS ANGELES AMBULATORY CARE CENTER CLIN Description Installation QTY UOM 0001 Security Entitlement: Customer Hard Drive Retention HCI 1000/Workflow Platform Server (per server) Remote 1 EA 0002 Security Entitlement: Customer Hard Drive Retention Robotic System (per robot) Remote 1 EA 0003 Endpoint Security Management (per pharmacy) Factory 1 EA 0004 Endpoint Security (per server computer, HCI VM, client computer) Factory 8 EA 0005 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the SP Central Retail Store, Expanded, or Enterprise Server (includes both primary and secondary servers) On-site 1 EA 0006 Customer Owned ScriptPro Equipment that will be Uninstalled and Support Terminated, includes; Virus Protection Platform Service 1 EA VA WEST LOS ANGELES MEDICAL CENTER OUTPATIENT PHARMACY CLIN Description Installation QTY UOM 0001 Security Entitlement: Customer Hard Drive Retention HCI 1000/Workflow Platform Server (per server) Remote 1 EA 0002 Security Entitlement: Customer Hard Drive Retention Robotic System (per robot) Remote 3 EA 0003 Endpoint Security Management (per pharmacy) Factory 1 EA 0004 Endpoint Security (per server computer, HCI VM, client computer) Factory 20 EA 0005 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the SP Central Retail Store, Expanded, or Enterprise Server (includes both primary and secondary servers) On-site 1 EA 0006 Customer Owned ScriptPro Equipment that will be Uninstalled and Support Terminated, includes; Virus Protection Platform Service 1 EA VA SEPULVEDA AMBULATORY CARE CENTER CLIN Description Installation QTY UOM 0001 Security Entitlement: Customer Hard Drive Retention HCI 1000/Workflow Platform Server (per server) Remote 1 EA 0002 Security Entitlement: Customer Hard Drive Retention Robotic System (per robot) Remote 2 EA 0003 Endpoint Security Management (per pharmacy) Factory 1 EA 0004 Endpoint Security (per server computer, HCI VM, client computer) Factory 12 EA 0005 Server Upgrade: Windows 2019 Operating System and SQL 2019 Database Upgrade for the SP Central Retail Store, Expanded, or Enterprise Server (includes both primary and secondary servers) On-site 1 EA 0006 Customer Owned ScriptPro Equipment that will be Uninstalled and Support Terminated, includes; Virus Protection Platform Service 1 EA Performance Monitoring Pharmacy Other Pertinent Information or Special Considerations. Quote shall be for total cost for purchase, subscription, and support for all line items. Place of Performance. Greater Los Angeles Healthcare System (GLAHS) 11301 Wilshire Blvd Los Angeles, CA 90073 Period of Performance. 90 days after receipt of order (ARO) Items being offered must be in compliance with the Buy American Act. If you are interested and are capable of providing the required supplies, please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the referenced NAICS code? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing and product lead time for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. (8) Are the items offered American made? If not, what is the country of origin? The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 325412 (1,300 employees). Responses to this notice shall be submitted via email to Adrienne.Brown4@va.gov. Telephone responses will not be accepted. Responses must be received no later than 4/12/2024 10:00 AM Pacific Local Time. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
Data sourced from SAM.gov.
View Official Posting »