Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2019 FBO #6257
SOURCES SOUGHT

U -- Draeger Innovian ARK Systems Administration Training

Notice Date
1/8/2019
 
Notice Type
Synopsis
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
ZIP Code
77030
 
Solicitation Number
36C25619Q0288
 
Response Due
1/15/2019
 
Archive Date
3/16/2019
 
Point of Contact
Shasta.Britt@va.gov
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice Draeger Innovian Anesthesia Record Keeper (ARK) System Technical Training Service This Sources Sought/Market Survey Notice is being conducted by the Network Contracting Office (NCO) 16 at 2002 Holcombe Blvd. Bldg. 100, Houston, Texas 77030 to identify other sources that are capable of providing Draeger Innovian Anesthesia Record Keeper (ARK) proprietary system technical training for VISN 16 Biomedical Engineering or other personnel responsible for systems administration and workstation located at the Central Arkansas Veterans Healthcare System (CAVHS) at the John L. McClellan Memorial Veterans Hospital, Little Rock, Arkansas 72205. Contractor shall be able to perform services at hundred percent. Contractor shall provide training slots for VISN 16 Biomedical Engineering or other personnel responsible for systems administration and workstation deployment of the Draeger Innovian Anesthesia Record Keeper (ARK) located at the Little Rock VA Hospital. NOTE 1: Contractor shall be an authorize vendor, trained technician, possess licenses and certification for proprietary equipment and services to meet all government requirements and objectives. Vendor shall be an OEM authorized dealer and provide an authorized letter. All questions shall be answered in response to the Request for Information (RFI) for the government to consider contractor with the capability to meet the government requirement. OPPORTUNITY: The CAVHS, is seeking information from potential contractors on their ability to provide this service and possess OEM license, software, parts and certification. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on January 15, 2018. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at shasta.britt@va.gov. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(h). All Questions shall be answered to be considered as part of the Market Research for capable contractors to meet the government requirements. Please provide additional information you deem relevant in order to respond to the specific inquiries of the RFI-Source Sought. Information provided will be used solely by VAMC as "market research" and will not be released outside of the VAMC Purchasing and Contract Team. This RFI-Sources Sought does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this RFI is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it will be synopsized in the Federal Business Opportunities (FedBizOpps) website or GSA (eBuy). It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI, or future solicitation. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES; however, any firm that believes it can meet the requirements may give written notification prior to the response due date and time. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to perform the requirements. DRAFT STATEMENT OF WORK DESCRIPTION OF SERVICES: This contract is to purchase training slots for VISN 16 Biomedical Engineering or other personnel responsible for systems administration and workstation deployment of the Draeger Innovian Anesthesia Record Keeper (ARK). The training program purchased under this contract shall be one that has been developed specifically for Innovian technical training in the VA System. Draeger provided basic technical training as part of the Innovian ARK implementation in VISN 16, however there exists a need for enhanced technical training for Biomedical Engineering Support Specialist (BESS) and Biomedical Engineering Networking Specialists. This enhanced training is needed because the original training focused heavily on remote Draeger Support with less detailed technical work required by Biomedical Engineering personnel. Each facility was given an unlimited site license, to provide the ability for expansion of the ARK into other related perioperative and Anesthesia care areas, however the long-term support was scoped at the size at go-live. As such, while facilities can expand use of the Innovian ARK, they are hindered in the capability to do so, due to limited support and training. This training provided under this contract shall allow BESS and Networking Specialists to perform systems administration, database clustering, Innovian software configuration, and other key functions needed to expand and maintain the Innovian ARK. In addition, due to personnel changes at several facilities in VISN 16, new BESS and Networking Specialists who did not receive the original training are responsible for maintaining these complex technical systems. There are two major training areas for this contract. Innovian Anesthesia Systems Administration (VA), which is geared towards an Networking/IT Sys Administrator and Innovian Anesthesia VA Box Replacement, which is geared toward BESS personnel working to maintain, configure, and deploy Innovian Clinical Workstations. These classes shall be scheduled back-to-back, so both classes combined shall be held over the course of four days. Both classes shall be VA specific, but not VISN specific. That shall enable participants from more than one VISN to attend at the same time. This shall be important, as the class size is a minimum of four, but not more than six. If the class size is less than four, the class shall not be held. Classes for these VA specific courses can be held in Telford, at the Draeger training center within the Corporate Headquarters, or at a specific VISN location. Overview: Innovian Analytics Systems Administration (VA) course. This 2-day seminar is designed to expand the skills of an Innovian Systems Administrator (SA). The Innovian SA is one who performs essential functions of maintaining the health of the Innovian Anesthesia systems. Students are expected to have knowledge of Windows Active Directory, SQL Server, Windows desktop operating systems, computer hardware and software. Student outcomes for the course are monitoring of services, server health indicators, executing scripts, backup and restoration of SQL databases, and basic troubleshooting of the Innovian systems which also includes SQL Reporting Systems and HL7 systems. The Innovian Anesthesia version used in this seminar is the version used by the US Veteran s Administration. Learning Objectives: Upon completion of this course, participants should be able to: Navigate thru Innovian Anesthesia s (IA) modules Explain data flow though the IA system Explain the hardware associated with an IA system Manually backup a IA SQL server database installation Monitor existing SQL Backup execution for successes or failures Monitor and troubleshoot an IA installation using Windows Services Always on Availability groups SQL Clustering in regard to the IA installation Detail how IA is architected in regard to the VA s Active Directory system Use IA to troubleshoot and monitor security in regard to IA Assigning keys within Vista for IA security Detail the IA SQL Structure Detail how HL7 and Vista work together Overview: IA 6 VA Box Replacement. This 2-day seminar is designed to expand the skills of an Innovian Technical Service Representative. The TSR is one who performs essential functions of maintaining the health of the Clinical Workstations and troubleshooting issues related to these CWS. Students are expected to have knowledge of Windows desktop operating systems, computer hardware and software. Student outcomes for the course are replacing parts of a malfunctioning CWS, imaging a CWS, and troubleshooting related to a CWS. The Innovian Anesthesia version used in this particular seminar is the version used by the US Veteran s Administration. Learning Objectives Upon completion of this course, participants should be able to: Image a workstation Join a workstation to a domain Rename a workstation Replace a defective hard drive Perform basic troubleshooting Tools: For use during the course, the Contractor shall provide an accurate simulated VA working environment, including, but not limited to the following: Innovian servers, fall-over server environment, clustered SQL Server environment as well as virtual workstations. Either cloud-based storage or USB Hard Drives shall be required to handle the size and processor load that this environment shall require to run VISTA environment to mimic the current VA environment Comparable VA network to mimic the VA network environment 1 CWS (C700 and/or MDS7 as appropriate) per 2 students Toolbox DVD Drives and or thumb drives for software installation Projector Books/Hand-outs Tests: The Contractor shall administer realistic tests, quizzes, practical exercises, and so forth as needed to ensure student have grasped and retained the topics being taught. Instructional Methods: The Contractor shall use various instruction methods that are appropriate to the topic being discussed, including: Lecture with computer aided presentation Hands-on training using computer and virtual environments Troubleshooting labs Period of Performance, Course Dates, and Locations: The Period of Performance for this contract shall be one-year from date of award. The training may be held at the Contractor s office in Telford, PA or at the Contractor s training facility in Houston, TX. Specific course dates and locations within the period of performance shall be coordinated between the Contractor and the COR, Dave Sherriff, after award. PAYMENT Invoices shall be paid monthly. Invoices, MUST INCLUDE, at a minimum, the following information: Contract Number and Purchase Order Number. The number of hours worked and all parts ordered should be submitted on an invoice submitted electronically, monthly in arrears. GOVERNMENT PERSONNEL OBSERVED HOLIDAYS The Government hereby provides notice and Contractor hereby acknowledges receipt that Government personnel observe the listed days as holidays: New Year's Day January 1 Martin Luther King's Birthday Third Monday in January President's Birthday Third Monday in February Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas December 25 In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute Any other day designated by Executive Order Any other day designated by the President s Proclamation It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation. In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation shall be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked. END OF DRAFT STATEMENT OF WORK If this is a service your business can provide, please respond to this Sources Sought Notice by 11:00am CT on January 15, 2018. RESPONSES SHOULD INCLUDE: Is the contractor a Draeger Innovian Anesthesia Record Keeper (ARK) authorize vendor with capability to provide certified technicians to meet all government requirements and objectives in the draft statement of work (SOW) above? Contractor shall attach authorization letter to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess the capability to obtain software/license if required for Government Draeger Innovian Anesthesia Record Keeper (ARK) services? Contractor shall attach authorization letter and capability to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Does the Contractor possess all license/certification for Draeger Innovian Anesthesia Record Keeper (ARK) to service proprietary training? Contractor shall attach copy of license/certification to be viewed by the government to be considered as part of the Market Research and responsive to this Sources Sought notice. Contractors shall also provide their: point(s) of contact name address telephone number email address company's business size Data Universal Numbering System (DUNS) Number. Is your company a SDVOSB, VOSB, WOSB, small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. Provide in your capability statement a list of active contracts for commercial, federal, state, and local governments. List Contracts shall provide communication on the government requirement illustrating the capability for comparison. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration Schedules (GSA), Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please list the contract number and a brief summary of the products and services provided. Provide a short summary of your potential approach to this type of contract and meeting the specific requirements per the draft SOW and your experience managing similar contracts with similar requirements for the CAVHS. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set-asides for the above-noted service. Send responses to Shasta Britt via e-mail at shasta.britt@va.gov. This is NOT A REQUEST FOR QUOTE or an announcement of a solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (08-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25619Q0288/listing.html)
 
Place of Performance
Address: Department of Veterans Affairs;John L. McClellan Memorial Veterans Hospital;4300 West 7th Street;Little Rock AR
Zip Code: 72205
Country: USA
 
Record
SN05189007-F 20190110/190108230016 (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.