SOURCES SOUGHT
65 -- Mammography Tracking System
- Notice Date
- 4/30/2025 2:58:16 PM
- Notice Type
- Sources Sought
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- TECHNOLOGY ACQUISITION CENTER NJ (36C10B) EATONTOWN NJ 07724 USA
- ZIP Code
- 07724
- Solicitation Number
- 36C10B25Q0290
- Response Due
- 5/14/2025 7:00:00 AM
- Archive Date
- 06/13/2025
- Point of Contact
- Terricia Lloyd, Contract Specialist, Phone: 512-981-4453
- E-Mail Address
-
Terricia.Lloyd@va.gov
(Terricia.Lloyd@va.gov)
- Awardee
- null
- Description
- INTRODUCTION The purpose of this Request for Information (RFI) notice is to identify qualified vendors, obtain market information on capable sources of supply, industry best practices, and specific input to the information for Department of Veterans Affairs Mammography Tracking System requirement or comparable solutions. This RFI notice is issued solely for information and planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan (TEP), Request for Quotation, or a Request for Proposal. Additionally, there is no obligation on the part of the Government to acquire any products described in this RFI. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses 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. The Government does not intend to pay for the information submitted in response to this RFI. This RFI does not constitute a� solicitation for quotes/proposals or the authority to� enter� negotiations to award a contract.� Responders are solely responsible for all expenses associated with responding to this RFI. No� funds have been authorized, appropriated, or received for this effort. Interested parties are� responsible for adequately marking proprietary, restricted, or competition sensitive information� contained in their response.� All information received in response to this RFI that is marked as proprietary will be handled accordingly. Any Service-Disabled Veteran-owned small businesses� (SDVOSBs) or Veteran-owned small businesses (VOSBs) responding to this RFI must include� their intent and ability to meet set-aside requirements for performance of this effort in accordance� with the Department of Veterans Affairs (VA) Acquisition Regulation (VAAR) 852.219-73, VA Notice of Total Set-Aside for Certified SDVOSB or 852.219-74, VA Notice of Total Set-Aside for Certified VOSB; specifically the requirement for at least� 50% of the cost of manufacturing or 50% of the services be performed by yourself and/or other� eligible/verified SDVOSB/VOSB concerns; and be listed in the Small Business Administration certification database at the time of submission.� It is requested that all companies interested in participating in this effort please note� their interest and provide indication of their respective capabilities to perform the effort described� in the paragraphs below. Any information submitted by respondents to this RFI notice is strictly voluntary. All submissions become Government property and will not be returned. VA reserves the right to not respond to any, all, or select responses or materials submitted. All requirements identified herein are subject to change at any time. The North American Industry Classification System (NAICS) code considered for this requirement is 541511, Custom Computer Programming Services; the small business size standard for this NAICS is $34 million dollars. REQUIREMENT The Department of Veterans Affairs (VA), Veteran Health Administration is conducting market research for a Mammography Tracking System or comparable solution to support VA in-house Mammography Programs. Respondents are required to furnish comprehensive answers to the questions labeled A through M, below as part of their submission: Can your product be deployed nationally, in 1 instance, but allow the ability to restrict users to view only their station or VISN? Can your solution support HL7 links to each station (currently about 88 locations, but the possibility of expanding up to approximately 200 locations)? Can your solution be deployed in multiple instances while also allowing providers access to view patients and studies not on their instance of the solution? If a solution were deployed nationally or regionally, what customization could still be configured at individual stations? What would have to be a standard across connected sites? Does your product interface to both Vista Imaging and Oracle Health EHR? If not, does it interface to one of these solutions? Explain how you can connect to both systems. Does your product need to integrate with the Radiology PACS system used for interpreting mammograms? Is there a benefit if it does? If yes, describe the benefit. If it does need to integrate with the Radiology PACS, does it integrate with Hologic/AGFA EI? Does the medical audit allow for separating out screening vs. Diagnostic exams? is it possible to run separate screening and diagnostic audits for mammography, US, MRI, CEM? What makes your product better than others? How does your pricing structure work? What is your support structure? Do you have an existing MOU/ISA? Do you have a standard response time for urgent & non-urgent situations? What are your operational hours? Is your product FedRamp approved, and do you have authorization to work on the enterprise cloud? If not, where are you in this process? How do you protect PHI? Have you ever had a cyber breach? If so, how have you improved your security after the fact? What is your ability to migrate the data from a previous system or a previous vendor? What is your legacy data migration recommendation? If you believe any of the minimum requirements are too restrictive, please provide an explanation with your response. See attached Draft Performance Work Statement HOW TO RESPOND Respondents are encouraged to reply if they have the capabilities to meet the VA s requirements. Provide a clear, concise, and complete capability package. Respondents shall submit a capability statement limited to 20 pages (excluding transmittal page) describing your company s ability to meet the requirements outlined in this RFI and include the following: Company Information: Provide Company Information name, address, email, and telephone number CAGE/UEI Number under which the company is registered in SAM.gov. Point of contact having the authority and knowledge to clarify responses with government representatives. For small business concerns, indicate whether at least 50% of the total amount paid by the Government will be paid to firms that are similarly situated. Company Business Size and socioeconomic status (including business type (s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.). If a small business, clearly identify what socioeconomic category you are recommending for this effort. If a small business, are you able to comply with FAR 52.219-6 and 52.219-14 in execution of this effort? Are you able to comply with subcontracting limitations in 13 CFR 125.6 in execution of this effort? Identify if your company is the Original Equipment Manufacturer (OEM) of the solution or a reseller? If you are the OEM, identify whether you have any resellers available. Identify existing contract vehicle(s) in which you are a current contract holder that can be used to procure the required services (i.e., General Services Administration Multiple Award Schedule, Government Wide Acquisition Contract, NASA Solution for Enterprise-Wide Procurement (SEWP) Government-Wide Acquisition Contract (GWAC), etc.). Your company s intent and ability to meet the set aside requirement in accordance with VAAR 852.219-73 (JAN 2023) (DEVIATION) and 13 CFR §125.6, which states the contractor will not pay more than 50 percent of the amount paid by the Government to it to firms that are not SDVOSBs. Brief detailed summary describing your company s approach to meeting the requirements. Responses should be as complete and informative as possible. Answers to the questions above in Section II Requirements. Does the draft Performance Work Statement (PWS) provide sufficient detail to describe the technical and functional requirements that encompass the requirement? If NO , please provide your technical and functional comments, recommendations, and or questions on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost-effective effort. Provide a recommended contract type for this solution. Provide commercially available list pricing for the solution that can meet the Government s minimum requirements, including recommended quantities and unit pricing. If commercially available list pricing is not available, provide a Rough Order of Magnitude, including estimated quantities, unit pricing, and any additional anticipated costs to meet the Governments minimum requirements Respondents are requested to identify any additional information considered applicable to this RFI. INSTRUCTIONS FOR SUBMITTING QUESTIONS AND RESPONSES Do not wait until the last minute to submit your responses. 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.� 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. VA will not be able to grant any extensions to this RFI. Questions shall be submitted electronically to via email to Terricia Lloyd, Terricia.Lloyd@va.gov no later than 10:00 am EST on May 7, 2025. Responses shall be submitted electronically via email to Terricia Lloyd, Terricia.Lloyd@va.gov no later than 10:00 am EST on May 14, 2025. Information submitted any other method will not be considered. The VA reserves the right to not respond to any, all, or select responses or materials submitted. All VA current requirements identified herein are subject to change at any time. VA appreciates your time and anticipated response.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9b494e6a534a4d9786dcef265d6ad41b/view)
- Record
- SN07427182-F 20250502/250430230051 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |