Oklahoma Bids > Bid Detail

OCA IHS - ADVANCED NOTIFICATION ENTERPRISE SERVICE & MAINTENANCE

Agency:
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159115333755364
Posted Date: Feb 21, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/cb36a1f492...
Follow
OCA IHS - ADVANCED NOTIFICATION ENTERPRISE SERVICE & MAINTENANCE
Active
Contract Opportunity
Notice ID
246-24-Q-0051
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
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: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Feb 21, 2024 11:37 am CST
  • Original Published Date: Feb 21, 2024 11:37 am CST
  • Updated Date Offers Due: Feb 23, 2024 04:00 pm CST
  • Original Date Offers Due: Feb 23, 2024 04:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Mar 09, 2024
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 423430 - Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
  • Place of Performance:
    OK 73114
    USA
Description

Combined Synopsis/Solicitation RFQ # 246-24-Q-0051

Page 1 of 3

This is a combined synopsis/solicitation for commercial items prepared in accordance with

the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with

additional information included in this notice. This announcement constitutes the only

solicitation; quotes are being requested in response to this notice and a written solicitation

will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-

24-Q-0051. Submit only written quotes for this RFQ. This solicitation is a 100% Small

Business Set Aside. This solicitation document and incorporated provisions and clauses

are those in effect through Federal Acquisition Circular 2024-02. The associated NAICS

code is 423430

This RFQ contains five (5) Line Items:

CLIN DESCRIPTION ITEMS

Base 06/20/2024 – 06/19/2025 SEE ATTACHMENT

Option Year 1 06/20/2025 – 06/19/2026 SEE ATTACHMENT

Option Year 2 06/20/2026 – 06/19/2027 SEE ATTACHMENT

Option Year 3 06/20/2027 – 06/19/2028 SEE ATTACHMENT

Option Year 4 06/20/2028 – 06/19/2029 SEE ATTACHMENT

PERIOD OF PERFORMANCE: 06/20/2024 – 06/19/2029

The estimated value of the Purchase Order is $55,000.00 over 5 years

Vendor Requirements: SEE ATTACHED SPECIFICATIONS

Submit Quotes no later than: 02/23/2024 04:00p.m. CDT to the Following Point of Contact:

Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.

Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

(a) The Government will award a firm fixed price Purchase Order resulting from this solicitation to

the responsible offeror whose offer conforming to the solicitation will be most advantageous to the

Government, with price and other factors considered equally. The following factors shall be used

to evaluate offers:

Best Value (see criteria below)

Pricing

- The following items will be evaluated. pricing will be evaluated by adding all the

prices of evaluated items together for a cumulative price.

- Option years will be included in the price evaluation. Evaluation of options shall not

obligate the Government to exercise the option(s)

Requirements

Combined Synopsis/Solicitation RFQ # 246-24-Q-0051

Page 2 of 3

- Contractor shall provide Advanced Notification Enterprise service and maintenance

to cover Oklahoma City Area (OCA) facilities listed. The service and maintenance

shall include:

- Active Shooter, Panic Buttons, Severe Weather Alerting, 911 Alerting, Building

Evacuation, Building Lockdown, Paging and Intercom.

- Access to support team 24x7 for critical issues

- Access to knowledge articles, solutions, software, management of support cases

and much more.

- Technical advice, assistance, and guidance using our software during regular

business hours

- Access to the newest versions of products

- Bug fixes as needed

- Downloads of the newest features of product as they are released

VENDORS SHALL SUBMIT THE FOLLOWING:

COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS)

SERVICE AND MAINTENACE COVERAGE

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE

SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING

SOLICITED

This solicitation will result in a firm fixed price Purchase Order pursuant to the terms and conditions

below. Terms and conditions other than those stated will not be accepted. The above pricing is

all inclusive.

PROVISIONS: The following FAR provisions apply to this solicitation:

FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations

and Certifications- Commercial Items (the offeror should include a completed copy of this

provision with their quote).

CLAUSES: The following FAR clauses apply to this solicitation:

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services

(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or

Executive Orders-Commercial Products and Commercial Services (Dec 2023) (to include the

following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023);

FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun

2020); FAR 52.204-27. Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-

6, Protecting the Government's Interest When Subcontracting with Contractors Debarred,

Suspended, or Proposed for Debarment (Nov 2021); FAR 52.219-6, Notice of Total Small

Business Set-Aside (Nov 2020); FAR 52.219-28, Post Award Small Business Program

Representation (Sep 2023); FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3,

Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and

Remedies (Nov 2023); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR

52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with

Disabilities (Jun 2020); FAR 52.222-40, Notification of Employee Rights Under the National Labor

Combined Synopsis/Solicitation RFQ # 246-24-Q-0051

Page 3 of 3

Relations Act (Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR

52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR

52.225-13, Restriction on Certain Foreign Purchases (Feb 2021); FAR 52.232-33, Payment by

Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.232-36, Payments

by Third Party (May 2014); FAR 52.239-1, Privacy or Security Safegaurds (Aug 1996); FAR

52.217-8, Option to Extend Services (Nov 1999); FAR 52.217-9, Option to Extend the Term of the

Contract (Mar 2000); HHSAR 352.222-70, Contractor Cooperation in Equal Employment

Opportunity Investigations (Dec 2015); HHSAR 352.224-70, Privacy Act (Dec 2015); HHSAR

352.232-71, Electronic Submission of Payment Requests; HHSAR 352.239-73, Electronic and

Technology Accessibility Notice (Dec 2015); HHSAR 352.239-74, Electronic and Information

Technology Accessibility (Dec 2015); . The above Provisions and Clauses may be obtained via

internet at https://www.acquisition.gov/

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE

ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)

All contractors must be registered in the System for Award Management database located

at https://www.sam.gov/sam/ prior to any contract award. Please submit the following

information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,

Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote

expires, warranty, total price for each line item, total quote price, and technical

documentation in sufficient detail to determine technical acceptability. Failure to provide

sufficient technical detail may result in rejection of your quote.

Department of Health and Human Services

Indian Health Service

1

Statement of Work (SOW)

Singlewire/InformaCast Maintenance

November 2023

1. PURPOSE OF THE PROJECT

The Oklahoma City Area (OCA), Indian Health Services (IHS) Information Technology & Telecommunication

(IT&T) department needs Singlewire/InformaCast maintenance for the Singlewire/Informacast system at OCA

facilities listed below. This will provide support for the Singlewire/Informacast system that supports our mass

notification system that will reach users within the facility.

OCA facilities covered for Singlewire/Informacast maintenance include:

?? Oklahoma City Area Office

?? National Service Supply Center (NSSC)

?? Claremore Indian Hospital

?? Clinton Health Center

?? El Reno Health Center

?? Watonga Health Center

?? Lawton Indian Hospital

?? Anadarko Health Center

?? Carnegie Health Center

?? Pawnee Health Center

?? Wewoka Health Center

?? Haskell Health Center

InformaCast is a powerful mass notification system that reaches your people on both their mobile and onpremises

devices. When you need everyone to receive a message very quickly, and you need it to grab their

attention, InformaCast delivers attention-grabbing streaming audio to a wide variety of devices. The

InformaCast emergency notification system is implemented at organizations worldwide to assist with safety and

security issues. Use cases include:

?? Active Shooter

?? Panic Buttons

?? Severe Weather Alerting

?? 911 Alerting

?? Building Evacuation

?? Building Lockdown

?? Paging and Intercom

Department of Health and Human Services

Indian Health Service

2

2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS

2.1. Contractor shall provide Singlewire/Informacast Advanced Notification Enterprise service and

maintenance to cover Oklahoma City Area (OCA) facilities listed above. The service and maintenance

shall include:

2.1.1. Access to Singlewire’s support team 24x7 for critical issues

2.1.2. Access to knowledge articles, solutions, software, management of support cases and much more

through the Singlewire Support Community

2.1.3. Technical advice, assistance, and guidance using our software during regular Singlewire

business hours

2.1.4. Access to the newest versions of Singlewire products

2.1.5. Bug fixes as needed

2.1.6. Downloads of the newest features of Singlewire product as they are released

3. PERIOD OF PERFORMANCE

The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month

option years.

4. LEVEL OF EFFORT

4.1. The contractor shall provide Singlewire/InformaCast maintenance for the defined period of performance.

4.2. Training: Contractor shall provide training on as needed basis.

5. SPECIAL REQUIREMENTS

5.1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV

DHHS/SE Region – Human Resources, Security Clearance Guidance – Visitors (3/29/12) policy for

contract performance period. Contractor employees will be required to obtain a visitor’s pass upon arrival

for services from local point of contact as assigned by each location and be escorted during the visit by

facility staff.

5.2. The USPHS OCA facilities are a tobacco/smoke free environment (buildings and grounds). No

tobacco/smoking use will be tolerated during service.

5.3. Security Requirements: Contractor personnel will be required to contact the government designated point

of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be

responsible for the security of all organizational information. Current rules and regulations applicable to

the premises, where the work shall be performed shall apply to the contractor and its employees while

working on the premises. These regulations include but are not limited to, escort by Claremore Indian

Hospital official, presenting valid identification, smoking restriction and any safety procedures.

Department of Health and Human Services

Indian Health Service

3

5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of OCA

Facilities. Such action(s) could result in violation of the contract and possible legal actions.

5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned

of as a result of or in connection with the performance of the contract, the resolution of which may

require the dissemination of official information, shall be directed to the government’s designated

representative.

6. DELIVERABLES AND REPORTING REQUIREMENTS

6.1. Delivery: The contractor will coordinate the delivery and installation date if needed with the designated

government employee. The government will provide the contractor with dock access and building access

for this sole purpose if applicable. The designated government employee will work with the pertinent

government agency(ies) to secure the needed dock access if applicable. No deliveries can be made after

4:15pm central time. Driver needs a valid ID.

6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the

government’s designated representative for coordination of supplies, delivery, and/or maintenance. The

POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day

maintenance meets the terms and conditions of this contract.

6.3. Contractor’s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls,

which must be answered during at least eight working hours between 8:00 am and 4:30 pm, Monday

through Friday. After hours support process should be outlined and provided to obtain emergency support

for 24/7 hospitals.

6.4. Personnel Qualifications:

6.4.1. The Contractor shall be capable of providing outlined service and maintenance.

7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES

7.1. Local onsite Information Technology Support staff to support any onsite configuration at the direction

of the contractor.

8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES

8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,

materials, supplies and equipment required to perform work under the contract as defined above.

Department of Health and Human Services

Indian Health Service

4

9. CHANGES TO THE STATEMENT OF WORK (SOW)

Any changes to this SOW shall be authorized and approved only through written correspondence from the

Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting

Officer shall be borne by the contractor.

10. DELIVERABLES/PERFORMANCE MATRIX

10.1. The Contractor shall provide Singlewire/Informacast Advanced Notification Enterprise

Maintenance to the listed facilities beginning no more than 15 days after award of the contract.

10.2. The Contractor shall supply a designated point of contact(s) to OCA’s Chief Information Officer

and Information Technology Program Manager to facilitate communication about maintenance.

10.3. The Contractor shall provide information on how to obtain support and a listing of maintenance

to be covered under this contract.

10.4. The Contractor shall deliver requested maintenance and support within seven (7) working days

of the request OR develop an appropriate timeline approved by OCA’s Chief Information Officer and


Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >