Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 18, 2019 FBO #6265
SOURCES SOUGHT

70 -- Endoscopy Suite Software Solution Brand Name or Equal* (see clause) EndoSoft EndoVault (or equal)

Notice Date
1/16/2019
 
Notice Type
Synopsis
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
DEPARTMENT OF VETERANS AFFAIRS;NETWORK CONTRACTING OFFICE 2;76 VETERANS AVENUE;BATH NY 14810
 
ZIP Code
14810
 
Solicitation Number
36C24219Q0247
 
Response Due
1/24/2019
 
Archive Date
3/25/2019
 
Point of Contact
Edward (Pete) Lyke
 
Small Business Set-Aside
N/A
 
Description
6 SOURCES SOUGHT NOTICE This is Sources Sought announcement only this is not a Request for Quote. The purpose of this notice is to conduct market research and obtain information from qualified vendors with special interest. No solicitation is being issued at this time. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The U.S. Department of Veterans Affairs, Network Contracting Office 2, and the VA Finger Lakes Healthcare System in Canandaigua, NY anticipate a purchase order for the following: GI Endoscopy Suite Software and Hardware* * A solicitation will be issued on a brand name or equal basis. See brand name or equal clause on page 3 * See Statement of Work (SOW) beginning on page 4 * See attached list of required items beginning on page 7 The appropriate NAICS Code is 511210 Software Publishers Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Responses should address how you will meet the Government's needs according to the description below and provide a brief capability statement. Please include product literature that specifically addresses the technical requirements. All vendors that are interested in possibly providing these items and can meet the technical specification requirements detailed in the (SOW) that follows, are asked to submit the following information as well (all vendors regardless of business size are encouraged to respond): 1) Company Name: 2) Company Address: 3) DUNS Number: 4) Company POC Name: 5) Company POC Phone: 6) Company POC Email: 7) Company Website: 8) Business type: SB/SDVOSB/HBCU, etc.: 9) List of existing Government Contract Vehicles (GSA, FSS, DLA, DoD, SEWP, etc.) for this product/ solution if applicable: Please identify your company's small business size standard and applicable NAICS code. For more information refer to http://www.sba.gov/content/table-small-business-size-standards. Note: If claiming SDVOSB or VOSB, the firm must be registered and CVE verified in VetBiz Registry http://www.vetbiz.gov/; also include VetBiz certification. A formal RFQ may be issued upon receipt of information pertaining to this Sources Sought Notice. If you are capable of meeting the requirements as detailed in the Statement of Work, please send your responses via email NLT 4:00pm on Thursday, January 24, 2019 to Edward Lyke, Contracting Officer, at edward.lyke@va.gov. DO NOT SEND QUOTES AT THIS TIME 852.211-73  - Brand name or equal (Jan 2008) (Note: As used in this clause, the term brand name includes identification of products by make and model.) If items called for by this invitation for bids have been identified in the schedule by a brand name or equal description, such identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be satisfactory.   Bids offering equal products (including products of the brand name manufacturer other than the one described by brand name) will be considered for award if such products are clearly identified in the bids and are determined by the Government to meet fully the salient characteristics requirements listed in the invitation. Unless the bidder clearly indicates in the bid that the bidder is offering an equal product, the bid shall be considered as offering a brand name product referenced in the invitation for bids. (c)(1) If the bidder proposes to furnish an equal product, the brand name, if any, of the product to be furnished shall be inserted in the space provided in the invitation for bids, or such product shall be otherwise clearly identified in the bid.   The evaluation of bids and the determination as to equality of the product offered shall be the responsibility of the Government and will be based on information furnished by the bidder or identified in his/her bid as well as other information reasonably available to the purchasing activity.   CAUTION TO BIDDERS.   The purchasing activity is not responsible for locating or securing any information that is not identified in the bid and reasonably available to the purchasing activity.   Accordingly, to insure sufficient information is available, the bidder must furnish as a part of his/her bid all descriptive material (such as cuts, illustrations, drawings or other information) necessary for the purchasing activity to: (i) Determine whether the product offered meets the salient characteristics requirement of the Invitation for Bids, and (ii) Establish exactly what the bidder proposes to furnish and what the Government would be binding itself to purchase by making an award. The information furnished may include specific references to information previously furnished or to information otherwise available to the purchasing activity. (2) If the bidder proposes to modify a product so as to make it conform to the requirements of the Invitation for Bids, he/she shall: (i) Include in his/her bid a clear description of such proposed modifications, and (ii) Clearly mark any descriptive material to show the proposed modifications. (3) Modifications proposed after bid opening to make a product conform to a brand name product referenced in the Invitation for Bids will not be considered. (End of Clause) Statement of Work Endoscopy Software Rochester (NY) Outpatient Clinic Procurement Delivery Need: 04/01/2019 Scope: This procurement is for a Specialty Specific Procedure Documentation and Image management workstation license for the endoscopy suite at the newly built Rochester Outpatient Clinic (ROPC). The government expects to procure Endosoft Endovault (or equal*) network specialty software to so that procedure reports upload directly into VA CPRS electronic Health record for Veterans receiving healthcare within the Finger Lakes Healthcare System (Canandaigua, Bath, and Rochester) at the completion of this contract. This is a brand name or equal make and model request for EndoVault, which is easy to use, intuitive, flexible, and customizable procedure documentation and image management solutions meeting the requirements of CMS for quality reporting. Capability to capture images/video from multiple sources simultaneously in HD or SD. Images can be converted to DICOM format for storage in PACS. Includes powerful proprietary database query tool to run reports and statistics on quality of care measures, research, operations, and audits. Ability to export outcomes to registries. Quick ROI by eliminating transcription and film costs, accurate CPT, ICD 9/10, and SNOMED CT coding, and increasing department efficiency. This contract will include complete installation and onsite training of clinical staff prior to use and removal of all packing from VA facility. Procurement Requirement/Specifications: REQUIREMENT/SALIENT CHARACTERISTICS/SPECIFICATIONS Common Nomenclature (commercial description): EndoSoft s Endovault system licenses Kind of material: endoscopy software licenses Electrical Data (i.e., 110 v, 60 Hz, 3 Ph, etc.): (210V), Workstations (120V) Dimensions, size, capacity: N/A Principles of operation: Hardware and software used for patient exam imaging and reporting for GI clinical care. Restrictive environmental conditions: N/A Intended use: EndoVault Software for documentation and image capture for endoscopic procedures. Equipment with which the item is used: Monitors in Endo procedure rooms and recovery area Olympus EVIS EXERA lll processors Laptops and desktop workstations Original equipment manufacturer part number: N/A Other pertinent information that describes the item, material or service required: Validated by VISTA/CPRS and VISTA Imaging for multi-specialty Endoscopy EndoVault is VA TRM (One technical Reference Model v16.10) approved OTHER UNIQUE REQUIREMENTS Includes powerful proprietary database query tool to run reports and statistics on quality of care measures, research, operations, and audits. Ability to export outcomes to registries. Only vendor that has been certified for integration for DICOM to VISTA Imaging. Endo Vault Citrix Licenses unlimited noncapture licenses- enables off unit EMR chart access. EndoSoft Scheduling Module Vital sign monitor cables to connect to Spacelab monitors capable of integrating vital sign record into the EMR. Capable of adding Modules for additional services in the future based on need. Customized Endoscopy Procedure Documentation Compatibility with Existing Equipment: VISTA Imaging approved DICOM Modality Interfaces Spacelabs monitors Olympus scopes and associated equipment Applicable DICOM compliance, Directives or IT Policies: VISTA Imaging Approval DICOM Modality Interfaces http://www.va.gov/health/imaging/docs/vista_imaging_dicom_modality_interfaces.pdf Warranty: 3-year warranty on EndoSoft workstation Windows 10 Professional or Higher Intel Core i5, 2 GHz Processor or Higher 8GB RAM and 500 GB hard drive Keyboard and Mouse CD/DVD-RW Drive 21" or larger flat screen LCD monitor capable of displaying a 1920 x 1080 resolution 3 Year Manufacturer Warranty Training: 3 days on site training Service and/or Maintenance: 1-year support and product version updates. YR 2 & 3 maintenance included in contract quote Project Delivery Location: Department of Veterans Affairs Rochester Outpatient Clinic 260 Calkins Rd Rochester, NY 14623 Additional Requirement: Vendors must complete VA Directive 6550 and a Manufacturer Disclosure Statement for Medical Device Security (MDS2) in order to be considered for this request. The VA Directive 6550 and MDS2 forms are required before any potential item can be considered per Office of Information & Technology OI&T intake process requirements. Any media included with offers that store VA sensitive information become property of the VA after purchase and will be excluded from any returns to vendor at no extra cost to the VA. (VA 6500.1 Handbook page 8 section P). Data Requirement: Must be Veterans Integrated System Technology Architecture VISTA Imaging, Digital Imaging and Communications in Medicine DICOM compliant, and be able to connect to Hospital Information System HIS, Radiology Information System RIS, and Picture Archiving and Communication System PACS for efficient data transfer. Integration must be capable to the Electronic Health Record EHR (VAIQ# 7838241). Electrical Safety Requirements: For equipment that will be used in the patient care vicinity, the resistance between the equipment chassis, or any exposed conductive surface of the equipment, and the ground pin of the attachment plug shall be less than.50 ohm. The leakage current flowing through the ground conductor of the power supply connection to ground of permanently wired equipment installed in general or critical care areas shall not exceed 10.mA (AC or DC) with all grounds lifted. Equipment must comply with standards outlined in both National Fire Protection Association Health Care Facilities (NFPA- 99) standard and the latest edition of The Joint Commission Comprehensive Accreditation Manual for Hospitals. Restrictive environmental conditions where applicable: Special ventilation requirements for wet batteries, added chemicals for wet Batteries, preclude the purchase of the standard battery option on any equipment requests due to added staff costs and lack of access to required fluids associated with them. Due to the outlined restrictive environmental conditions offers will not be consider if equipment contains lead acid batteries. Standard Warranty Required: All products are required to be warranty free from defects in workmanship and materials, under normal use and conditions, for a period of one year from the date of delivery. During the warranty period, any defect in material or workmanship that requires repair or exchange of a product of comparable nature will occur by seller without charge incurred by the VA. Such repair or replacement is subject to verification and approval by the VA due to Medical Center governing policies. Contract: Must include shipping, installation, training and supplies to the Canandaigua VA Medical Center prior to clinical use and contractor must remove any package materials after installed from VA premises. Contractor quote includes warranty is indicated on quote in addition to 1-year service included on contract and support. Shipping: Standard freight on board FOB destination shipping must be included. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT 0001 1.00 EA EndoVault Network Base Module Server License EndoVault Network Image and Database Base Server License. ONC meaningful use certified Electronic Health Record (EHR) includes specialty specific procedure documentation and image management content. Supports multiple specialties on a single database to reduce maintenance and costs. Includes integrated modules for procedure documentation, image management, recall and pathology tracking, document management, inventory management, electronic nursing record, patient tracking, and more. Supports lightweight directory access protocol (LDAP) and active directory user authentication. HL7 & DICOM interface engine and management tools. Includes DICOM Viewer. Video Storage in MPEG or AVI. Includes project management, implementation, installation, training and support for the first year. One year support and product version updates included. MANUFACTURER PART NUMBER (MPN): GV-EV-SR-LC-SM 0002 2.00 EA EndoVault Network Specialty Workstation Software License Specialty Specific Procedure Documentation and Image Management Workstation License (Any Specialty). ONC meaningful use certified EHR. EndoVault is easy to use, flexible and customizable. It meets the requirements of CMS for quality reporting. Capability to capture images/video from multiple sources simultaneously in HD or SD. Images can be converted to DICOM format for storage in PACS. Downtime off-network mode functionality included to complete procedures on travel cart cases. Includes powerful proprietary database query tool to run reports and statistics on quality of care measures, research, operations, and audits. Ability to export outcomes to Registries. Quick ROI by eliminating transcription and film costs, accurate CPT, ICD 9/10, and SNOMED CT coding. Includes project management, implementation, installation, training, and support for the first year. One year support and product version updates. MANUFACTURER PART NUMBER (MPN): GV-EV-LC-SM 0003 3.00 EA Endosoft High-Definition USB Image/Video capture and communication cable with software 6', One video-pack per capture device. MANUFACTURER PART NUMBER (MPN): ENDO-VDO-PK-HD 0004 1.00 EA Laser Printer MANUFACTURER PART NUMBER (MPN): ENDO-PRINTER 0005 7.00 EA EndoVault Electronic Nursing Record Software License. Integrated on the same database as procedure documentation to reduce duplication by sharing clinical data between physicians and nursing staff. ONC meaningful use certified Electronic Health Record (EHR). Fully customizable history, pre, intra, post, and discharge nursing documentation templates meeting JCAHO, AORN, and SGNA requirements. Allows for document management of consents, electronic signatures, patient education material, inventory management, and scope sterilization. Includes ability to interface with most vital sign monitors (vital sign cables sold separately). One year support and product version updates included. MANUFACTURER PART NUMBER (MPN): GV-EV-ENR-LC-SM 0006 7.00 EA Vital Sign Monitor Cable MANUFACTURER PART NUMBER (MPN): ENDO-VS-MON 0007 1.00 EA EndoSoft DICOM Interface with VISTA Imaging Work list and Storage and Encapsulated PDF One year support and product version updates. MANUFACTURER PART NUMBER (MPN): VA-DI-IMG-PDF 0008 1.00 EA Hospital/Practice Information System Interface HL7 OBR Allows EndoSoft to export procedure outcomes to medical records. One-year support and products version updates. MANUFACTURER PART NUMBER (MPN): VA-LC-HL7-OBR 0009 1.00 EA Endosoft Data base server with Rack mount Network server rack mount with rails rack hardware. Operating system windows server 2012 or higher processor Intel Xeon Memory 16 GB, Raid 5 4 Hard drives 500 GB each power supply redundant, rack rails sliding ready rails with cable MGMT arm Internal optical drive, DVD-RW Drive 3 year manufacturer warranty MS SQL license included. MANUFACTURER PART NUMBER (MPN): ENDO-HW-SER-RAC 0010 7.00 EA EndoSoft Workstation Windows 10 Professional or higher, Intel Core I5, 2 GHz Processor or higher, 8 Gb RAM and 500 Gb hard drive, keyboard and mouse, CD/DVD-RW Drive, 21 inch or larger flat screen, LCD monitor capable of displaying 1920x1080 resolution. 3 years manufacturer warranty for 2 GI licenses, 1 dictation license and 4 nursing licenses. MANUFACTURER PART NUMBER (MPN): ENDO-HW-WKT 0011 3.00 EA Mobile Cart Battery Powered Travel Cart. Includes All-in-One Desktop MANUFACTURER PART NUMBER (MPN): ENDO-HW-CART 0012 1.00 EA Hospital/Practice Information System Interface HL7 ORD Allows EndoSoft to accept orders from HIS. One-year support and products version updates. MANUFACTURER PART NUMBER (MPN): VA-LC-HL7-ORD 0013 2.00 EA EndoVault Dictation Software License (Any Specialty). ONC meaningful use certified Electronic Health Record (EHR). Allows physicians to use the application for completing procedure documentation reports, printing, and access to the full application without image capture capabilities. One year support and product version updates included. MANUFACTURER PART NUMBER (MPN): GV-EV-DIC-LC 0014 1.00 EA EndoSoft Implementation Included Endo-Training - EndoSoft Training - 5 Days Included Includes training of all users, travel, accomodations, and rental car/transportation costs. Endo-Support Yearly Software, Service, Support & Update Contract First Year Included with Purchase MANUFACTURER PART NUMBER (MPN): ENDO-IMPLEMENT 0015 1.00 EA Delivery, and Installation. Includes removal of all packaging from VA premises. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (16-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/BaVAMC/VAMCCO80220/36C24219Q0247/listing.html)
 
Place of Performance
Zip Code: 14623
 
Record
SN05195991-F 20190118/190116230012 (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.