Description
THIS REQUEST FOR INFORMATION (RFI) 36C262231119 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING,
CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is
NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their
size classification relative to NAICS 541512 (size standard is $34 Million). Responses to this source sought will be used by the Government to make appropriate acquisition decisions.
After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a
solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide AudioCARE: Software Upgrade License renewal for
comprehensive software maintenance (Pharmacy) that at a minimum meets the following salient characteristics in the Statement of Work/ Minimum Technical Requirements for the Department of
Veterans Affairs Loma Linda Healthcare System Line Item Description/Part Number Quantity Unit Unit Price Amount 0001 Text messaging notifications when prescriptions are ready for pickup
at the pharmacy. (Item # RxREADY) 1 YR Â Â 0002 Prescription Refill Reminders via Telephone with refill processing during the call. (Item # AudioPREFILL) 1 YR 0003 Prescription Refill
reminders via text messaging- requires AudioREFILL. (Item # TM-PREFILL) 1 YR 0004 AudioCARE Base SMS software platform. Includes SMS license for up to 120,000 texts/year. This includes
software and text messaging delivery fees. This is a pre-requisite to add one or several text messaging products. (Item # ACS-TM-BASE) 5 EA 1001 Option Year 1 Annual Standard maintenance
and Support Services including License Renewal (Item # Standard MSS for RxREADY, Standard MSS for AudioPrefill, Standard MSS for TM-PREFILL, Standard MSS for ACS-TM-BASE) 1 YR 2001 Option
Year 2 Annual Standard maintenance and Support Services including License Renewal (Item # Standard MSS for RxREADY, Standard MSS for AudioPrefill, Standard MSS for TM-PREFILL, Standard
MSS for ACS-TM-BASE) 1 YR 3001 Option Year 3 Annual Standard maintenance and Support Services including License Renewal (Item # Standard MSS for RxREADY, Standard MSS for AudioPrefill,
Standard MSS for TM-PREFILL, Standard MSS for ACS-TM-BASE) 1 YR 4001 Option Year 1 Annual Standard maintenance and Support Services including License Renewal (Item # Standard MSS for
RxREADY, Standard MSS for AudioPrefill, Standard MSS for TM-PREFILL, Standard MSS for ACS-TM-BASE) 1 YR TOTAL Â Include shipping cost on the items price. Vendor Requirements: Period of
Performance is within 30 days after award. (PLEASE ADVISE IF MORE TIME IS NEEDED) Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the
Statement of Work (SOW). Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below.
------------------------------------------------------------------------------------------------------------------------------- Statement of Work 1. Background :The VA Long Beach
Healthcare System has a requirement for Pharmacy software License upgrade and renewal for Comprehensive Software Maintenance by Audio Care. 2. Scope: These services are add-on modules to
the sites existing AudioCARE system which consists of a virtual server, phone lines and several other software modules. The software the site is interested in purchasing is not aÂ
stand alone and needs the existing AudioCARE system to work as well as two existing AudioCAREÂ software modules (AudioREFILL and AudioRENEWAL) which the site currently has. 3.Salient
Characteristics: 3.1. The system shall notify patients via text messaging when one or multiple prescriptions are ready for pick up at the pharmacy. 3.2. The system shall constantly check
VistA for prescriptions being released and send text messages to the patients based on their cell phone number on record in VistA. 3.3. The system shall filter any patients that should
not be notified due to specific pharmacy business rules, bad data, pharmacy exclusion, as well as if patients previously opted out of receiving text messaging through the system, prior to
sending text message alerts. 3.4. Messages shall indicate the number of prescriptions ready for pickup and pharmacy contact information. 3.5. The system shall allow for additional pickup
information to be added. 3.6. The system shall allow for patients to opt out by replying STOP . 3.7. Text messaging notifications must be sent during site-specific designated hours to
work in conjunction with the pharmacy s open hours. 3.8. The system shall Include/exclude specific pharmacy locations. 3.9. The system shall have transaction reports for detail on each
text sent and the delivery success or failure 3.10. The system shall provide additional reports such as statistical and event logs also available. 4.Period of Performance 4.1. Within 30
days after award. 5. Place of Service 5.1 VA Long Beach Healthcare System, 5901 E 7th Street, Long Beach, CA 90822
------------------------------------------------------------------------------------------------------------------------------- The information identified above is intended to be
descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the
government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services,
please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business
pursuant to the following questions: (1) Please indicates the 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified
under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these
items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the
items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with
NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder,
are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your
capabilities in regard to the salient characteristics/Minimum Technical Requirements being provided and any information pertaining to equal to items to establish capabilities for planning
purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to
this notice shall be submitted via email to Jose.espinoza3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 06/05/2023, at 11:00 AM PST. Please
submit any questions or concerns via email to Jose.espinoza3@va.gov no later than 05/29/2023. If a solicitation is issued it shall be announced at a later date, and all interested parties
must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective
bidders list or to receive a copy of the solicitation. Please reference (RFI) 36C26223Q1119, AudioCARE: Software Upgrade License renewal for comprehensive software maintenance (Pharmacy).