SOURCES SOUGHT
D -- Interim Emergency Nurse Call Communication Solution
- Notice Date
- 12/15/2016
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
- ZIP Code
- 20892-5480
- Solicitation Number
- NIHCCOPCON17
- Point of Contact
- Ogochukwu Nwankwo, Phone: (301) 496-1446
- E-Mail Address
-
ogochukwu.nwankwo@nih.gov
(ogochukwu.nwankwo@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- PROGRAM TITLE : Interim Emergency Nurse Call Communication Solution Date : December 15, 2016 To : All Interested Vendors Re : Request for Information (RFI)/ Sources Sought Notice (SSN) THIS IS A REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE to determine the availability and capability of sources and possible solutions for an Interim Emergency Nurse Call Communication Solution (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses). This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, Solicitation, Request for Quotes, or an indication the Government will contract for the items contained herein. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. The Government does not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this sources sought. Any responses received will not be used as a proposal. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal (RFP), Invitation for Bid, or an announcement of a solicitation. Response to this REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT NOTICE (SSN) is strictly voluntary and will not affect any firms’ ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this synopsis is for the National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) to identify potential sources and seek possible solutions for an Interim Emergency Nurse Call Communication Solution. Any requests for a solicitation package will be disregarded. The Government does not intend to award a contract on the basis of this RFI/SSN or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in response to this RFI/RFI and the Government's use of such information. A Nurse Call System is required for routine communication between a patient and clinical staff and amongst clinical staff. The NIH Clinical Center’s current Nurse Call System is at end of life. The NIH Clinical Center is seeking an interim emergency system that may be used in the event of a catastrophic failure in the existing Nurse Call System. An interim emergency system is required to provide support in the event that the legacy system has a complete system failure in a Nursing Unit or Outpatient Clinic. The emergency system shall provide a wireless emergency nurse call communication solution including nurse call hardware, wireless devices, software, implementation services and maintenance until the legacy system is replaced within a Nursing Unit or Outpatient Clinic. The Government intends to replace the existing legacy system with a new Patient Call Communication System Solution including IT/Phone/Wireless Infrastructure, Nurse Call Hardware, Cabling, Wireless Devices, Software, Implementation Services and continuous Maintenance Support. In the meantime, this Interim Emergency Nurse Call Communication Solution is a temporary stop gap solution in the event of a catastrophic failure that may occur prior to the existing legacy system being replaced. The interim emergency system shall include: A wireless Nurse Call System which allows the patient to communicate via Patient devices, including patient stations and emergency pull devices, to clinical staff through dome/corridor lights and staff call stations. b. The interim emergency system must be capable of being implemented immediately upon failure because catastrophic failures cannot be predicted. The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) is requesting information and possible sources regarding the Interim Emergency Nurse Call Communication Solution as part of an emergency replacement in the event of a complete system failure within a unit. RFI/SSN RESPONSE INSTRUCTIONS The NIH CC is asking all interested parties to submit a response containing the following information: - Brief description of past experience providing similar services/supplies implementing the solution in a medical environment. - Diagram of the logical architecture for the system. - Brochure of products/components to be provided (e.g., pictures/graphical renderings of the hardware components to be utilized). - Has the NIH CC identified all the major components necessary to complete this project? If not, please provide information on other necessary components. - Please provide a list of potential problems/risks the NIH CC may encounter during this project. Please provide any ideas or suggestions about how such problems/risks should be addressed in a solicitation. - Your best estimated price range to provide the services/supplies as stated herein, lowest estimate to highest estimate. - Your best estimated time frame for completing the project. Companies are encouraged to respond if they have the capability and capacity to provide the identified products and services with little or no disruption of services to the current users at the NIH/CC. Interested small business potential Offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to perform the specific work as required. Pricing information is encouraged, but not required. Responses must directly demonstrate the company's capability, experience, and/or ability to marshal resources to effectively and efficiently perform each of the tasks described above at a sufficient level of detail to allow definitive numerical evaluation; and evidence that the contractor can satisfy the minimum requirements listed above while in compliance with FAR 52.219-14 ("Limitations on Subcontracting"). Failure to definitively address each of these factors will result in a finding that respondent lacks capability to perform the work. Responses to this notice shall be limited to 20 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and fax numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for a NAICS: 334290 with size limitation standards of the employees and status, if qualified as an 8(a) firm (must be certified by the Small Business Administration (SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc). Companies also must be registered in the System for Award Management (SAM) at www.sam.gov to be considered as potential sources. 5. Identification of the firm's government-wide acquisition contract (GWAC) by Schedule number and contract number and/or SINs that are applicable to this potential requirement are also requested (e.g. GSA, NITAAC, NASA SEWP). Please submit copies of any documentation, such as letters or certificates to indicate the firm's status (see item #3 above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement shall also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. Interested Offerors should submit their capability statement not exceeding twenty (20) pages in length, excluding standard brochures. All information received in response to this notice that is marked Proprietary will be handled accordingly. Information provided in response to this notice will be used to assess alternatives available for determining how to proceed in the acquisition process. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. The NH/CC will use the information submitted in response to this notice at its discretion and will not provide comments to any submission; however, the content of any responses to this notice may be reflected in subsequent solicitation. NIH/CC/OPC reserves the right to contact any respondent to this notice for the sole purpose of enhancing NIH/CC/OPC 's understanding of the notice submission. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. It is emphasized that this is a notice for planning and information purposes only and is not be construed as a commitment by the government to enter into a contractual agreement, nor will the government pay for information solicited. The NIH CC invites all interested parties that have the resources, capabilities, and expertise to submit a written response to this Request for Information (RFI)/Sources Sought Notice (SSN). This RFI/SSN is being sought strictly for the purpose of gaining knowledge of services and supplies available with an estimate of their corresponding costs and should not be construed as intent, commitment, or promise to acquire services, supplies, or solutions offered. No contract will result from any response to this RFI/SSN. The NIH CC will not pay for any information herein requested nor is it liable for any cost incurred by the vendor. Respondents will NOT be notified of the results of the evaluation. Responses to this Request for Information/Sources Sought Notice shall be submitted before the closing date and time to the attention of the Purchasing Agent listed below. SUBMISSIONS ARE DUE no later than 9:00 a.m., Eastern Time, January 5, 2017. The capabilities response shall be e-mailed to: Attn: Ogochukwu Nwankwo Telephone Number: (301) 496-1446 E-mail Address: Ogochukwu.Nwankwo@nih.gov Procedural, administrative, contractual, and technical or requirement questions and answers may be directed to the contract specialist listed above. The NIH appreciates your response to this request. OBJECTIVE: NIH/CC/OPC wishes to learn about available vendor capabilities and solutions for providing an Interim Emergency Nurse Call Communication Solution. 1.0 BACKGROUND AND PURPOSE OBJECTIVES The National Institutes of Health Clinical Center (NIH CC) is the federal government’s research hospital under the Department of Health and Human Services. The hospital is located in Building 10 on the NIH’s campus in Bethesda, MD, a 4.6 million square foot complex comprised of three interconnected buildings. Three of these buildings house hospital departments and services. These include the Warren Grant Magnuson Building, the Ambulatory Care Research Facility (ACRF) and the Mark O. Hatfield Clinical Research Center (CRC). National Fire Protection Association (NFPA) defined occupancies for Health Care and Ambulatory Health Care account for 1.49 million square feet of space within the complex. In addition, the clinics as partners in care account for 1.3 million square feet. The NIH CC employs approximately 2,000 full time employees across 30 different departments. The hospital is a 200 bed hospital with 15 outpatient (OP) clinics and 82 day-hospital stations. A Nurse Call System is required for routine communication between a patient and clinical staff and amongst clinical staff. The current Nurse Call System is at end of life. An emergency system is required to provide support in the event that the legacy system has a complete system failure in a Nursing Unit or Outpatient Clinic. This system will include: a. A wireless Nurse Call System which allows the patient to communicate via Patient devices, including patient stations and emergency pull devices, to clinical staff through dome/corridor lights and staff call stations. b. The system must be able to be implemented on demand in the unit with the failure cannot be predicted. 2.0 PROJECT DESCRIPTION This contract is to provide a wireless emergency nurse call communication solution including nurse call hardware, wireless devices, software, implementation services and continuous maintenance support to be implemented in the event of a system failure within a Nursing Unit or Outpatient Clinic. The scope of this contract is: 1. The Contractor shall provide a wireless Nurse Call System which allows the patient to communicate via Patient devices, including patient stations and emergency pull devices, to clinical staff through dome/corridor lights and staff call stations. The system must be able to be implemented on demand in the unit with the failure cannot be predicted. 2. The Contractor shall be responsible for planning, installation, training, testing and continuous maintenance support of wireless Nurse Call System. 3. The Contractor shall be responsible for the Nurse Call Hardware, Cabling, Wireless Devices, and Software. 4. The Contractor shall furnish all labor, supervision, management, documentation, support, supplies, materials, and equipment, except as specified in the award as Government Furnished, necessary to satisfy all requirements of the NIH CC Wireless Emergency Nurse Call Communication Solution. 5. The system must meet all current federal, regulations and standards and guidelines from the Facility Guideline Institute ( www.fgiguidelines.org ) which is referenced by the Joint Commission (TJC) ( http://www.jointcommision.org ) for nurse call and code blue communication systems. 6. The Contractor will abide by all life safety code requirements as stipulated by the NIH Fire Marshal ( https://oma1.od.nih.gov/manualchapters/management/1370/ and NIH policies ( http://orf.od.nih.gov/PoliciesAndGuidelines/BiomedicalandAnimalResearchFacilitiesDesignPoliciesandGuidelines/Pages/DesignRequirementsManualPDF.aspx ) during the installation, verification and commissioning of the Patient Call Communication System.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/ NIHCCOPCON17/listing.html)
- Place of Performance
- Address: NIH Clinical Center, 10 Center Drive, Building 10, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04352380-W 20161217/161215234101-521f27013eb95761aa0f03ec2221af63 (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 |