DOCUMENT
65 -- 554 ACT (LV30C) - Autonome (VA-18-00000808) - Attachment
- Notice Date
- 1/9/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25918Q0176
- Response Due
- 1/16/2018
- Archive Date
- 4/16/2018
- Point of Contact
- Overton Spence (Contractor)
- E-Mail Address
-
7-5899<br
- Small Business Set-Aside
- N/A
- Description
- Sources Sought _ 36C25918Q0176 AutonoME Hospital or Equal Page 10 of 10 This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal. An award will not be made on offers received in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing information provided. Responses shall be submitted to overton.spence@va.gov by 9:00am MST on Tuesday, 16 January 2018. This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential vendors, including Small Business, Veteran-Owned Small Business (VOSB), and Service-Disabled Veteran-Own Small Business (SDVOSB) vendors relative to the North American Industry Classification System (NAICS) Code 339112. Department of Veterans Affairs, Network Contracting Office 19 (NCO19) is seeking responses to this request for information from interested, capable firms that can meet the requirements set forth below; Responding companies shall include any relevant information (specifications, cut sheets, brochures, capability statement, etc.) confirming their ability to supply the brand name product outlined in this request. In addition to providing all documents necessary to validate the below requirements can be met (or exceeded), interested vendors shall include with their response; Complete Company Name and Address: DUNS Number: Applicable NAICS Code and Business Size: Company Point of Contact (PCO) Name: Email Address: Phone Number: Teaming Agreements or Joint Venture Partners (if Large Business): Delivery and installation lead-time: Place of Manufacture: State if items are available through an existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. VA Eastern Colorado Health Care System Initial Outfitting & Transition General Conditions and Statement of Work LV30C ECU Controls PURPOSE & SCOPE Veteran Affairs Eastern Colorado Health Care System (VA ECHCS), Denver, CO. intends to award a package for the purpose of procuring the specified Environmental Control Units (ECUs) in the thirteen single bedrooms, installation to include configuration, testing and clinician training. These devices are to enable the user to operate, at a minimum, their nurse call, bed, telephone, television, and lights. Various input options must exist, to include touch, voice, sip and puff, eye gaze. This procurement contract includes all services, hardware, and software necessary as part of the initial outfitting of the newly constructed VA Eastern Colorado Health Care System located at 1700 N. Wheeling Street, Aurora, CO 80045. Also, ECHCS is interested in the pricing for 4 optional years of service maintenance. An authorized Contractor shall project manage, furnish, install and configure procurement package LV30C in response to the Request for Procurement (RFP) as described in the bid documents and specifications contained herein. This request includes any software, hardware, training and professional services required to complete the procurement. This includes all primary contractors and sub-contractors. Any professional services required for hardware, software, option year, and maintenance will be defined in the Contractor s response to this RFP. TECHNICAL REQUIREMENTS 2.1 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS 2.1.1. Patient Environmental Control Unit (JSN U5091) Item #: AUT10004GWN-17 Quantity: 13 Basis of Design: AutonoMe Hospital or Equal Specifications/Salient Characteristics: LED touchscreen tablet, needs to display available options, all of which can select the following input options. Various input options to include touch, sip and puff, voice and eye gaze. Ability to control nurse call, hospital bed, television, telephone, and lights Wall components, communication protocols and cables to interface with Nurse Call, TV, Telephone, Bed control & Lights including, but not limited to, switch cables from ECU device to bed unit bed cables determined by bed type breakaway cable with single connection by patient care providers Wi-fi/dual mode Bluetooth capabilities. This require special ISO approval, prior to procurement Internet capability must include both wifi and RJ45 connections Latest Windows release version, no less than Windows 7 Ability to delete user and save documents with change of patient Headphone and microphone jack Two or more USB ports Dual high volume speakers for AAC Minimum 4 GB RAM Grid 3 Software ECU, AAC & Computer Access AutonoME Gridset Equivalent Integrated Z-wave transmitter & wave module capability for environmental control utilization This requires special ISO approval, prior to procurement Internal loudspeaker for voice recognition; internal microphone Tracking for eye gaze hybrid infrared video eye and binocular & monocular tracking Augmentative communication capabilities including word prediction software Microphone & Sip/Puff gooseneck input device Mounting for sip & puff straws, microphones, speakers, and all accessories included Hospital articulating swing arm to hold tablet Wall mounting or Bed mounting as specified by the VA while your staff installs Dimensions: Minimum 22 VESA Mount LED/LCD display monitor Accessories/Configuration Options: Remote log-in assistance 2.1.2. Patient Environmental Control Unit, Mobile (JSN U5091.A) Item #: AUT10005 Quantity: 5 Basis of Design: AutonoMeGo or Equal Specifications/Salient Characteristics: LED touchscreen tablet, needs to display available options, all of which can select the following input options. Various input options to include touch, sip and puff, voice Ability to control nurse call, hospital bed, television, telephone, and lights Wall components and cables to interface with Nurse Call (Rauland, Responder 5), TV, Telephone, Bed control & Lights including, but not limited to, switch cables from ECU device to bed unit bed cables determined by bed type breakaway cable with single connection by patient care providers Wi-fi/dual mode Bluetooth capabilities Internet capability must include both wifi and RJ45 connections Ability to delete user and save documents with change of patient Headphone and microphone jack Two or more USB ports Dual high-volume speakers for AAC Minimum 4 GB RAM Up-to-date Windows Software Grid 3 Software ECU, AAC & Computer Access AutonoME Gridset Equivalent Integrated Z-wave transmitter & wave module capability for environmental control utilization Internal loudspeaker for voice recognition; internal microphone Only required for 2 of the 5 patient control units, JSN U5091.A, Tracking for eye gaze hybrid infrared video eye and binocular & monocular tracking Augmentative communication capabilities including word prediction software Microphone & Sip/Puff gooseneck input device Mounting mobile cart Mounting for sip & puff straws, microphones, speakers, and all accessories included Microphone and Sip/Puff switch Dimensions: Minimum 25 Touch Screen Monitor, Accessories Vary Accessories/Configuration Options: Remote log-in assistance INSTALLATION REQUIREMENTS REPORTING REQUIREMENTS The contractor shall draft a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline, and tools to be used in the execution of the contract. The CPMP should display the schedule, milestones, risks and resource support. The CPMP shall include the contractor s plans for managing all subcontractors. The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified. Topics included in the CPMP shall include oversight and communications with subcontractors while onsite at VA facility, as well as executing the timely distribution and delivery of all materials to subcontractor personnel. The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and ad hoc data collection reporting requests as identified. The initial baseline CPMP shall be concurred upon and updated monthly thereafter. The Contractor shall provide weekly progress reports, to include schedule updates, to the VA COR and shall cover all work completed during the reporting period and work planned for the subsequent reporting period. The reports shall also identify any problems that arose and a description of how the problems were resolved. If problems have not been completely resolved, the Contractor shall provide an explanation. The Contractor shall monitor performance against the CPMP and report any deviations. It is expected that the Contractor will remain in communication with the VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues The CPMP will include, but not be limited to; Project Schedule to include Milestones, Deliverables, and Critical Path Detailed installation schedule Verification & Validation (V&V) Plan Training Plan Risks Management Plan Operations & Maintenance Plan (See Section 5 for further Detail) Project Closeout Activities/Procedures PROJECT ESTIMATE TIME LINE TEMPLATE Phase I: Project Kickoff. Estimated Start Date: As soon as contract Award. Kickoff meeting Workflow design Phase II: On-site system install in new facility. Estimated Start Date: TBD Phase III: On-site hardware installation and testing. Estimated Start Date: As soon as phase II completed Phase IV: On-site Verification and Validation: Estimated Start Date: As soon as Phase III is complete On-site Workflow testing On-site Pre Go-Live training Refreshment training for system administrative staff with new workflow design. Phase V: On-site Go Live: Estimated Start Date: June 25, 2018 Vendor be onsite to reinstall all Reused peripheral and oversite the Go-Live process to ensure all configuration and workflow are appropriated. Phase VI: On-site Post Go-Live: Estimated Start Date: 6 months after Go-Live On-site Follow up training On-site Validate and review workflow INFRASTRUCTURE: If Vendor requires additional low voltage wiring or 120-volt power to implement this project. It will be the responsibility of the Vendor to install the wiring adhering to Industrial Standards for Low Voltage installation. Labeling of cables shall be to TIA 606B and TIA 1179 standards. All labels shall be machine generated and made of a polyester material. Labels shall be water and smug proof. Labels shall be approved by the VA prior to adhering to the cables. Low Voltage Cabling in the wall shall be in conduit from the wall plate to the nearest cable tray. If the cable is within the room cabling shall be in conduit and supported by J-hooks every 5 feet. Low voltage cabling shall be attached to the supporting ceiling grid. All wall penetrations shall be coordinated and approved by VA facilities prior to any wall penetration and shall be filed with VA approved firestop material. All 120-volt power installation shall be installed by a licensed electrician and approved by VA FMS. No surface mount cabling will be allowed in patient rooms. TRAINING The contractor shall provide two separate on-site training sessions (a total of 10 hours of training split up at the clinical staff s discretion) for 10 clinicians and 2 technical biomedical engineering staff at the time requested and determined by the VA training team. PROJECT PHASE REQUIREMENTS Provide a single point of contact for the implementation of this project. On-site attendance for one business day for Project, kick-off meeting with the Client and our engineering staff. Develop a project plan in accordance with site Master Schedule so not to affect any other deployments and or the opening of the Denver VA new replacement hospital. Confirm and communicate the hardware delivery and implementation schedule. Manage implementation and associated risk. Contractor s senior supervisor shall be on-site during equipment/software installation phase. Schedule startup of all new equipment. The Contractor s project manager shall communicate any issues and notify the appropriate resources for resolution. The Contractor shall provide an implementation plan and schedule an implementation meeting within two weeks from order shipment. The Contractor shall identify specific deployment tasks and milestones in the implementation plan. The Contractor shall provide and maintain an accurate, detailed Inventory List of the Contractor installed equipment and software including serial numbers, Equipment Entry (EE) Tag numbers, version release, and licenses. COORDINATION The Contractor shall coordinate delivery, staging areas, installation, site safety requirements, and parking with the On-site Point of Contact (POC). The On-Site Point of Contact will be designated after contract award. The Contractor shall participate in a pre-delivery meeting to determine delivery and installation dates. The Contractor shall verify delivery date three business days prior to scheduled delivery. DELIVERY Delivery Timeframe: TBD by contract point of contact. Acquisition of the above items is part of the initial outfitting and activation of the new VA medical center being constructed in Aurora, CO. Since construction is still occurring, delivery dates are approximate and will be coordinated with the successful contractor after award (see 2.6.2.6 Coordination). The Contractor shall contact the On-Site Point of Contact to schedule a pre-kickoff meeting will be conducted within 15 days after contract award for verification for scheduling a kickoff and pole planning meeting to determine delivery and installation dates. The Contractor may be required to adjust the delivery date from the date specified in the contract award document. A government-requested delivery delay up to 90 days after the delivery date specified in the contract award shall be at no additional cost to the government. The Awardee Contractor may be required to adjust the delivery date from the date specified in the contract award document, due to situations beyond the Governments control. The Government has the right to adjust the contract award delivery date for up to 90 days at no cost to the Government. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, Loading Dock, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Times: The loading dock accepts deliveries between 7 am and 3 pm Mountain Time. The loading dock is a federally owned/operated location and will not accept deliveries on federal holidays. Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufacturer s name marked thereon. Deliveries shall be marked with the PO and contract number. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POC for delivery and install is as followed: TBD INSTALLATION The Contractor shall deliver, unpack, assemble, install and test all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. The Contractor is required to provide all tools, labor and materials to complete assembly and installation of the items detailed in this document. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the hospital premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect (refer to Section 5 below). VERIFICATION AND VALIDATION REQUIREMENT (Testing) The contractor shall provide a final test plan shall be in compliance with the VA National RTLS PMO guidance. SITE CONDITIONS Delivery may occur while the construction contractor is still working on the facility. Delivery and installation personnel must comply with all site safety requirements. The Contractor shall confirm site safety requirements with the On-Site Point of Contact when coordinating delivery and installation. There shall be no smoking, eating, or drinking inside the construction site at any time. OPERATIONS & MAINTENANCE Maintenance, support, all services will begin after the installation and testing is completed and accepted by the VA site. Maintenance and support will be provided throughout the option year periods, if exercised by the Government. Contractor shall provide price for each option year, up to 4 years, of the Maintenance Service Contract. The Contractor shall provide 24 hour per day user (ECHCS Guest) technical and clinical support. Maintenance shall be scheduled during off peak hours, after 8PM Mountain Standard Time Monday-Friday, or 7:30am-4PM Saturday. The Contractor shall provide 24 hour day technical support through a call center for VHA Medical center staff. The Contractor shall provide on-site support when required by the VA within 24 hours. The Contractor shall provide a 3 hour response time for trouble tickets entered through the technical support call center. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint walk-through inspection with the On-Site Point of Contact upon completion of installation. In the event deficiencies are identified, the Contractor shall provide date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint walk-through inspection with the On-Site Point of Contact after addressing all deficiencies. All deficiencies identified during joint inspections shall be fixed by the Contractor prior to government acceptance of the item. Disputes shall be resolved by the Contracting Officer. OPERATION AND MAINTENANCE MANUALS Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in a binder(s) to On-Site Point of Contact upon completion of installation. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items that require a simple repair, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for their own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS To be discussed with point of contact. If installation takes more than two days, a badging process will be required. For short term (between 48 hours and 6 months), two forms of official photo ID and a 30-minute training. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at the time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25918Q0176/listing.html)
- Document(s)
- Attachment
- File Name: 36C25918Q0176 36C25918Q0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4006749&FileName=36C25918Q0176-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4006749&FileName=36C25918Q0176-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25918Q0176 36C25918Q0176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4006749&FileName=36C25918Q0176-000.docx)
- Place of Performance
- Address: 1700 N. Wheeling Ave;Aurora, CO
- Zip Code: 80045
- Zip Code: 80045
- Record
- SN04785035-W 20180111/180109231310-ed0d5565ef56c58c0774161a03ea1fad (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 |