Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2009 FBO #2857
MODIFICATION

70 -- BHEPP Radio Frequency Identification (RFID)/ Real Time Location System (RTLS)

Notice Date
9/18/2009
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NLM-09-200-RS
 
Archive Date
10/9/2009
 
Point of Contact
Ryan L Singletary,
 
E-Mail Address
Ryan.singletary@nih.gov
(Ryan.singletary@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
1.Has the government quantified a Predicted Level of Effort for Base Task and the Optional Tasks respectively? The Government has not quantified the Level of Effort for the Base Task and the Optional Tasks. 2.What is the end state deliverable for the Triage Tent? Is it simply delivering the physical tent to a destination or does it involve set up, stocking with inventory, staffing? Will there be a need for other types of mobile clinical capability other than triage? (e.g. DECON, Resuscitative Surgery)? The specific requirements of the Triage Tent will be determined during the Base Task. The requirements may vary for each of the partner hospitals. 3.Is this solicitation one part of a larger endeavor involving other services and other service providers? If so, what is the government’s integration approach to link these other elements with healthcare/RFID RTLS systems services piece? Will other service providers in this project run demonstrations called for in the SOW run concurrently with the RFID/RTLS service provider? The selected Contractor(s) shall be provided all requirements pertaining to integration during the performance of the Base Task. 4.What is the period of performance for the base tasks? We anticipate awarding this requirement in Fiscal Year 2009. The period of performance for the base year is 12 months from the date of award. 5.What is the required pricing structure for the base requirements? (e.g. Fixed Priced, Deliverable, Cost Plus fixed Fee, etc.)? Firm-Fixed Price 6.Does the government anticipate adjusting the contract post award to include a base year with some number of option years more than one? No 7. We are assuming that pricing is time and materials – is this correct? Firm-fixed price 8.Will you consider offers proposed under a bidders GSA Schedule Contract? This is an open market solicitation. 9.Will NLM grant an extension to the due date for responses, so that we may have one week (five business days) to respond after receipt of answers to the questions? We will not grant an extension at this point. 10.What is the end state deliverable for the Triage Tent? Is it simply delivering the physical tent to a destination or does it involve set up, stocking with inventory, staffing? Will there be a need for other types of mobile clinical capability other than triage? (e.g. DECON, Resuscitative Surgery)? The specific requirements of the Triage Tent will be determined during the Base Task. The requirements may vary for each of the partner hospitals. 11.Is this solicitation one part of a larger endeavor involving other services and other service providers? If so, what is the government’s integration approach to link these other elements with healthcare/RFID RTLS systems services piece? Will other service providers in this project run demonstrations called for in the SOW run concurrently with the RFID/RTLS service provider? The selected Contractor(s) shall be provided all requirements pertaining to integration during the performance of the Base Task. 12.Are we are required at this stage to actually survey the five hospitals and use their blueprints, only make the calculations based on the square footage provided and the analysis of the sample RFID/RTLS evaluation model included in the statement of work? Vendors are NOT required to do any survey at this juncture. The survey will only be done IF they are to be awarded the Base Task (Site Assessment). 13.What is the contract vehicle of choice for this procurement (SEWP, GSA, ECSIII, ITES)? Open Market 14.Can you please advise as to what the preferred vehicle is for this selection? Firm-Fixed Price 15.To confirm, BHEPP is expecting a price quote to conduct the work necessary (site survey, design docs, etc.) to establish detailed pricing, design documents and Scopes of Work for the Optional Tasks and Deliverables, but is not at this time expecting detailed pricing for the Optional Tasks and Deliverables? NLM is NOT expecting pricing for optional tasks and associated deliverables to be part of the proposal response. 16.Some areas of the solicitation seem to refer to tracking and workflow more globally than the square footage in section C.5.1 would indicate. Please clarify: Offerors should provide pricing necessary to accomplish site surveys just within the square footage identified at each site OR Offerors should provide pricing necessary to conduct an Enterprise/facility-wide site survey? Offerors are only required to provide pricing for the square footage identified. 17.What areas does the square footage represent? The square footage listed in C.5.1 represents the area for which RTLS will be implemented by the selected Contractor(s). The exact square footage for implementation will be determined during the Base Task (Site Assessment). 18.In order to determine level of effort for the site survey, will there be any physical or network access requirements or restrictions? Access to physical locations or networks at the individual hospital sites will have to be coordinated with each of the partner hospitals. Corresponding partner hospital staff will be on hand to answer questions during the Site Assessment. NLM will work with the selected Contractor and partner hospital to coordinate such access. 19.Per Section C.7.1, III – This section asks for “itemized cost of labor associated with implementation of RFID/RTLS Evaluation Model, with breakdown of labor categories, hours, unit price and total price.” Why would offerors include this for the Evaluation Model as part of the deliverable for detailed pricing? Is it meant to be in another section as a deliverable for this solicitation in order to provide a base of comparison before moving on to the next stage? The pricing of the RFID/RTLS Evaluation Model will be used to evaluate the Offeror's technical approach for implementation of the Base Task. The Offeror shall be evaluated based on the Offeror's demonstrated understanding of the specific objectives, intent, and requirements of the work; the soundness, practicality, and feasibility of the proposed approach and work plans; and recognition of potential difficulties in performance. See Section C.8.2.1 for details. 20.Should pricing for the Evaluation Model include just operating system/server software or should it include application/Enterprise Platform software? Offerors may recommend any resource used (product, technology, labor skill/hours, etc.), along with associated pricing, so as to demonstrate an understanding of the specific objectives, intent, and requirements of the work; the soundness, practicality, and feasibility of the proposed approach and work plans; and recognition of potential difficulties in performance. See Section C.8.2.1 for details. The Offeror shall list all assumptions made (See C.8.2.2 for details). 21.Please confirm: labor for the Evaluation Model means labor to design and install the locating network (hardware and server software), NOT labor to develop the locating application (software) design and configuration–e.g. custom event management rules, security and workflows? Offerors may recommend any resource used (product, technology, labor skill/hours, etc.), along with associated pricing, so as to demonstrate an understanding of the specific objectives, intent, and requirements of the work; the soundness, practicality, and feasibility of the proposed approach and work plans; and recognition of potential difficulties in performance. See Section C.8.2.1 for details. The Offeror shall list all assumptions made (See C.8.2.2 for details). 22.For the Evaluation Model, should application software and services (support, training, etc.) be included in pricing or just the required hardware, network infrastructure (installation) and server software? The Offeror is encouraged to include any information that will demonstrate the Offeror's understanding of the specific objectives, intent, and requirements of the work; the soundness, practicality, and feasibility of the proposed approach and work plans; and recognition of potential difficulties in performance. See Section C.8.2.1 for details. The Offeror shall list all assumptions made (See C.8.2.2 for details). 23.To establish a base model for comparison, how many patient badges and asset tags would you like quoted for the Evaluation Model? How many laptops or tablet PCs? (Note: existing mobile devices can be used, but Offeror can provide new or additional devices, if required.) The Offeror may use any quantity of any product or labor resource that will demonstrate the Offeror's understanding of the specific objectives, intent, and requirements of the work; the soundness, practicality, and feasibility of the proposed approach and work plans; and recognition of potential difficulties in performance. See Section C.8.2.1 for details. The Offeror shall list all assumptions made (See C.8.2.2 for details). 24.Section C.7.1, II – is C.4.1, C.4.2 and C.4.3 meant to refer to C.6.1, C.6.2 and C.6.3. Thank you for pointing out the error in text! The corrected leading text for C.7.1, II is as follows: “The Contractor(s) shall submit a completed design document detailing but not limited to the following for Optional Tasks C.6.1, C.6.2, C.6.3, C.6.4 and C.6.5:” 25.To ensure that we have staff available within 15 days of notification to proceed, when does BHEPP plan to make a decision on the SOW? We plan to award this order in fiscal year 2009. 26.How many days after award date is the project expected to start? What is the current anticipated award date? The award will be made prior to September 30, 2009. The initial meeting is expected to be held within 15 days of contract award. 27.Do the sites currently have wireless LAN network and/or does NLM expect vendor to provision a new one? The selected Contractor shall implement all wireless technology capabilities. This includes, but is not limited to, Ultrasonic, UHF, WiFi, Zigbee, UWB and InfraRed. 28.How many RFID tags will be required as a baseline? The Contractor shall be given the actual number of tags during the performance of the Base Task. 29.Will the hospitals be able to provide Ethernet connectivity for the new RF equipment? If so, will 802.3af PoE be available? The NLM anticipates providing all wired data connections and electrical power required for the Optional Tasks. The cost of such connections, as required by the Offeror’s design, will be factored into the evaluation of the Offeror’s proposed solution for the Optional Tasks. The selected Contractor(s) will be briefed in detail about this upon award. 30.Our reading of the solicitation is that vendors are required to set up a working RFID solution located outdoors. Please confirm that our understanding is correct or provide a response that corrects our understanding and clarifies the requirement. The Mobile RFID/RTLS Triage Tent will be set up outdoors. 31.Please provide clarification if vendor is to procure the actual tent for outside triage. The Contractor is not required to provide the tent. 32.Requirement states offeror shall have a minimum of FIVE active customer hospitals. Next requirement states three references are needed. Did you intend to have different numbers? Please confirm the number of references required in vendor responses. The Offeror shall provide evidence that it has a minimum of FIVE hospitals as active customers as required by the mandatory requirement. The NLM requires THREE references for evaluating Offeror capability. 33.Can the government provide an estimated number of days required for the Disaster Drill Support? NLM will provide this information to the selected Contractor(s) during the performance of the Base Task. 34.Is pricing included in the 25 page limit? The 25 page limit is all-inclusive. The pricing shall be included in the 25 page limit.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NLM-09-200-RS/listing.html)
 
Place of Performance
Address: Bethesda, Bethesda, Maryland, 20894, United States
Zip Code: 20894
 
Record
SN01960917-W 20090920/090919000250-02c042efd2757f1c819e9ca8d438030d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.