Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 09, 2017 FBO #5616
DOCUMENT

65 -- AUTOMATIONS SYSTEMS - Attachment

Notice Date
4/7/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25617N0428
 
Response Due
4/18/2017
 
Archive Date
6/17/2017
 
Point of Contact
VERONICA MASKELL
 
E-Mail Address
Veronica.Maskell@va.gov
(veronica.maskell@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought/Market Research synopsis. The Overton Brooks VA Medical Center Contracting office is performing market research to ascertain whether there are potential sources and their business size classification (HUB-Zone, 8(a), Small Business, Small Disadvantage Business, Women Owned Business, Service Disabled Veteran Owned Business, or Veteran Owned Business) relative to NAICS Code 339112 Surgical and Medical Instrument Manufacturing. The Medical Center is particularly interested in identifying Service Disabled Veteran Owned Small Business (SDVOSB) and their capability. The Medical Center is seeking potential sources to provide Video Integration Upgrade with the following minimum salient characteristics to the Gulf Coast Veterans Health Care System located at Biloxi, MS 39531. The Gulf Coast Veterans Health Care System is seeking the following: SCOPE OF WORK AND GENERAL SPECIFICATIONS Gulf Coast Veterans Health Care System, Biloxi MS Video Integration Upgrade for OR Background: The Gulf Coast Veterans Health Care System (GCVHCS) is looking to upgrade 3 existing operating rooms, 1G149, 1G144 and 1G155, in Building 30 to include a Food and Drug Administration (FDA)-approved video integration systems with the latest technology to improve workflow and adding Image Archiving functionality. GCVHCS is a teaching facility for surgical procedures. Considering this, two operating rooms (ORs) must have the ability to send a video feed remotely through a centralized server, virtual or physical, and be accessible through web browser. This will allow a real-time feed to be viewed at any location in GCVHCS. The third room must have the ability to send or push images during the procedures into the patient s electronic medical record (EMR), or Computerized Patient Record System (CPRS). This video integration must compatible with the current laparoscopy equipment in the operating rooms. Inventory will be made available to contractor upon time of solicitation. Also, it must have an FDA-approved interface with the Olympus EndoWorks reporting system. Project Scope: Video Integration: Monitors 4K ultrahigh definition display from camera image chain. The single point for video chain will be scope used in sterile field. Image must be true 4K, which means for example the image isn t up scaled from a high-definition (HD) image to a 4K. The system shall have both forward and backward compatibility with GCVHCS equipment. Have ability to display at least 1080p videos Portable 4K 55 monitor with microphone and speaker to allow communication between OR surgical staff and remote staff watching using the web browser feed. Both a microphone and speaker shall be included in the portable monitor cart/system. (2) 21 and (1) 32 4K monitors that will be mounted inside the sterile field using the existing SkyTron boom system The monitors will be hermetically sealed and have the ability to be cleaned using GCVHCS Infection Control department approved methods and materials. Video feed or signal and associated hardware Inside OR for all three rooms The system must be vendor neutral to allow any equipment to have proper connection with system. Must be displayed in real-time on the mounted monitors. Still images captured during surgical cases either by the camera in the sterile field or at the centralized control monitor must have redacted patient information but contain unique identification or label while adhering to Health Insurance Portability and Accountability Act (HIPAA) guidelines. The still images will use the HL7 interface to push directly into the patient s record. The solution must have an approved VA VistA and VistA Imaging interface. The video will be routed through a video-on-demand server that will be located inside the Biomedical Engineering server room, Building 30 room 1H153. All monitors must be hermetically sealed. The touchscreen centralized control monitor must have ability to control all monitors inside the OR. This includes but not limited to switching between physiological monitor feed, light camera feed and/or scope feed. The control monitor must also have the ability to capture the images from the scope being used in the procedure. Processing hardware inside the OR must have ability to print locally and send the images from the OR to CPRS. Must be able to support.jpeg,.tiff,.wmv,.MPEG4,.MPEG2 The hardware must be modular Interconnection hardware will have multiple inputs available. All hardware will have at the least the following connections available: 1) standard definition (SD), 2) high-definition (HD), 3) three-dimensional and 4) 4K. The number of ports and serial connections shall be determined by the GCVHCS and relayed to the contractor. All hardware must have ability to deactivate universal serial bus (USB) ports. The system must integrate with equipment used in the ORs, which includes but not limited to: camera control unit, light source, insufflator, and mobile c-arms. A listing of required equipment shall be provided to contractor during solicitation. System must have an electronic Time Out verification capability that meets The Joint Commission regulations. In addition, the system must provide for control of all laparoscopy equipment. Control of the laparoscopy equipment from the surgical field and the nursing station is a major requirement of the integration system. The system must have the ability to support medical devices through their interface. The term Outlets and Ports will be used to describe the faceplate and interface on the outer surface of the boom designed to accept inputs signals and/ or output signals, power, gases, and other utilities to the medical technology in the operating room. These outlets and ports should be labeled appropriately, feature standard fittings, be of medical grade, be capable of sanitization (where applicable), and feature no sharp edges. The system must have the ability to track turnover time to show efficiency of OR preparation. The system should provide telepresence and telementoring capabilities to collaborate with other GCVHCS facilities Outside OR for two rooms Real-time video feed will be accessed through the web All video stream will exclude any patient identification information, only the raw video signal will be displayed remotely. Bi-directional, real-time communication between surgeons inside ORs and staff outside ORs in designated areas. This communication will be available in 2 ORs. Server and Backup: Server(s), physical or virtual, operating system must be Windows 2008R2 or newer There must be at least 10 terabytes (TB) of disk space/memory available with ability to be expanded. There must be at least 16GB of RAM available. The contractor will provide a physical server, but if GCVHCS so desires the server(s) may have the ability to be virtualized. This system must have an approved DICOM conformance statement and bidirectional HL7 interface. The contractor must have remote access or virtual private network (VPN) ability. Higher amount of consideration will be made for a company who has a nationally-approved memorandum of understanding and/or interconnection security agreement (MOU/ISA). The server(s) must have the ability to retrieve or pull images from the patient s records using the Picture Archiving and Communication System (PACS) and display inside the OR. The images may include but not limited to other laparoscopic, radiography and endoscopic images. The system must be compatible with the Department of Veterans Affairs personal identification verification (PIV) system. The server(s) must have the ability to download and maintain the latest versions of Symantec malware protection and McAfee anti-virus. The server(s) will connect to the Region 1 WSUS server and download Office of Information Technology (OIT) approved software. The system must have the ability to have at least 20 concurrent licenses when operating system, either video feed viewing or video and still image recording and processing. The system will require an administrative account to gain access. Reporting Capabilities: When surgical procedure is completed, the system must have the ability to create a summary report with images and comments. If this report is a printer definition file (PDF), it must be routed through the GCVHCS PACS into the appropriate patient s record. Installation: Normal business hours are 7:30AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through the COR and approved by the CO. Requests for afterhours work must be submitted in writing to the COR and CO. Coordinator two (2) weeks prior to work. The GCVHCS requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. If a phasing schedule is necessary to avoid interrupting surgical cases, this shall be discussed with the contracting officer s representative (COR). The awarded contractor shall use internal installation personnel only. This eliminates subcontractors, which means only one vendor/contractor will complete installation. A detailed installation schedule will be provided during a project implementation kick-off meeting. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space and space available shall be as determined by the COR. The contractor will install all cabling, hardware and software necessary to fully integrate the system into CPRS. If additional conduit is necessary, it s the responsibility of the contractor to supply and conform to the VA construction standards. This includes but not limited to successfully pulling cables, fibers or other interconnection hardware from the information source through the SkyTron booms and terminate into the integration hardware, i.e. switch, router, et cetera. The awarded contractor and GCVHCS will determine state of equipment prior to work commencement by completing a pre-installation evaluation. If any damage that occurs during installation, the installers at no additional charge to the government will complete all repairs. If any modifications to the existing OR hardware is necessary, the contractor will meet with both the Contracting Officer (CO) and Contracting Officer s Representative (COR) to discuss cost of modification(s). The vendor will dispose of all materials in accordance to GCVHCS waste management protocols daily. These will be provided at pre-installation meeting. Training: The vendor shall have continuous education and support through the life of the equipment. Clinical The contract must provide at least 24 hours of training that will be scheduled at the discretion of the GCVHCS. If travel is involved, the contractor will provide lodging, per diem and travel. There will be at least 5 training vacancies for clinical staff. Biomedical Engineering/Technical The contractor will provide at least 24 hours of factory-level original equipment manufacturer training. If travel is involved, the contractor will provide lodging, per diem and travel. There will be at least 2 training vacancies for biomedical engineering and/or technical staff. Warranty and Upgrades: The warranty and support must cover all components of the requirement in accordance with the standard manufacturer s warranty. The warranty shall last for 1 year and start when the GCVHCS has officially accepted the equipment. All equipment and related peripherals contracted for shall be state-of-art technology. "State-of-the-art" is defined as the most recently designed components that are announced for marketing purposes, available, maintained and supported in accordance with mandatory requirements specified in the solicitation. Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable. Delivery Location: Gulf Coast Veteran Health Care System 400 Veteran Ave. Biloxi, MS 39531 NOTE: This notice is to assist the VA in determining sources only. This is not a solicitation for quotes. A solicitation will issued at a later date and time. All information submitted in response to this source sought notice is considered voluntary. Interested and capable respondents are requested to provide: company name, address, point of contact, phone number, DUNS number, geographical location, business size and number of employees. Responses to this notice shall be e-mailed to Veronica Maskell, Contracting Specialist at e-mail address: veronica.maskell@va.gov. A telephone response will not be accepted. Responses must be received in writing no later than April 18, 2017, NLT 12pm CST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25617N0428/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0428 VA256-17-N-0428.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3399654&FileName=VA256-17-N-0428-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3399654&FileName=VA256-17-N-0428-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Gulf Coast Veteran Health Care System;400 Veteran Ave.;Biloxi, MS
Zip Code: 39531
 
Record
SN04465226-W 20170409/170407235040-42d8f6675f540e987ad742598a8af4e9 (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.