Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2019 FBO #6482
SOLICITATION NOTICE

65 -- STORZ EQUIPMENT AND INTEGRATION UPGRADE

Notice Date
8/21/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 4;100 S. Independence Mall West
 
ZIP Code
15240
 
Solicitation Number
36C24419Q1116
 
Response Due
9/2/2019
 
Archive Date
11/1/2019
 
Point of Contact
Cynthia Laemmerhirt
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/ SOLICITATION OR Equipment & Upgrade VA Medical Center A & Mm Receiving University Dr C Pittsburgh PA 15240 (i) This is a combined synopsis/solicitation for OR Equipment & Upgrade, BRAND NAME, as prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24419Q1116 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (iv) This solicitation is not a set aside (Full and Open) and the associated NAICS code 339112 has a small business size standard of 1,000 Employees. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 LOT $______________ $_____________ Line Item# Item Description SEE LAST PAGES FOR ITEM DESCRIPTION (PG 8-14) GRAND TOTAL $___________ CLIN QUANTITY DELIVERY DATE SHIP TO: VA Medical Center A & Mm Receiving University Dr C Pittsburgh PA 15240 All 30 Days ARO Vendors Information: Vendors Name: ______________________________________________ Vendors Socio-Economic Status: ________________________________________________________ Vendors CAGE: ________________________________________________________ ______________________________________________________________________ SON/SALIENT CHARACTERISTICS: Contract Title: OR Equipment & Integration Upgrade Background: 1. VA Pittsburgh OR s 1,5 & 12 as well as 7 Mobile Video Carts current Storz integration to State of the Art 4K video/ imaging capability. All equipment and integration must be compatible with current Karl Storz Video equipment that is in use at the Pittsburgh VA. Any resolution up to full 4K is compatible with the KARL STORZ NEO IP solution. The ORs will have image/video routing via an IP based switching system. Each room is equipped with 4k displays to view any connected image/video connected in the OR. Control for images/video and presets are provided with a touch panel inside each OR. Mobile/Guest equipment connections are also provided for any equipment that is used but does not permanently reside in each OR. Full audio support part of each integration solutions and provides audio for live streaming through ceiling installed speakers. The familiar (same as installed in Current ORs, Cath and EP labs at the VA Pittsburgh), touch panel control to allows video, audio and control of devices in the OR. The user interface KARL STORZ uses is consistent across all the ORs and EP /Cath labs, and other devices, such as the AIDA image capture solution. Identical user interface for the ORs allows for easy transition to the latest integration solution and virtually no training to go live with new ORs. As well as a familiar control system, our latest NEO IP provides diagnostic details for improved access by Bio-Med or first responder support. The Karl Storz integration allows for improved serviceability and diagnostics to the integration solution. The NEO IP solution provides diagnostics for any connected device. IP, MAC address, device temperature and connection status are all displayed via the internal service report for the NEO IP. Additionally, new system health check and diagnostics will be available with the NEO IP using the existing Stream-Connect application allowing increased service diagnosis and efficiencies through the existing deployed Stream-Connect application. All upgrades will only require a software update to allow for these features (Included in the Karl Storz System Warranty). Integration functionality detail: 4K Base Integration solution 48-72 inputs (NEO IP): The NEO IP base integration solution is a full 4K, 48 port IP based image management solution. The 48-port solution is scalable/expandable to 72 ports. The 4K base solution allows for image management of any SD, HD or UHD image source. All image sources regardless of resolution up to UHD 4K, are supported and can be switched to any displays or Live streamed from the OR. A UPS is provided for backup to support the NEO IP integration control and switching solution. All mobile/guest equipment used in the OR is supported with Karl Storz s 4n1 video aux plates or dedicated auxiliary plates specific to the type of connection required for the mobile device. The 4n1 plate provides four commonly used video source input types (DVI, VGA, S-Video, Composite), and reduces inputs, input plates, and icons on the touch panel desktop. This improves efficiencies in the OR connecting mobile equipment and reduces the number of cables and hardware required for equipment connections. All auxiliary should be upscaled to 4k but can be kept in the native resolution required for the output device. equipment fixed in the OR, such as PACS, In-light cameras etc. are connected via a SD-4k transmitter, which use fiber optic cable to deliver a SD-4k image/video signal to any display, image capture or live streaming encoder. PC Connections with Keyboard mouse control (KVM) In addition to the aux/guest input connections plates, provides shared or independent mouse and keyboard control for up to 8 PCs. This KVM functionality reduces clutter at nurse stations, by eliminating multiple display, keyboard/mouse devices from the desk. Each PC control is selected from the same touch panel control for video routing. Pan, Tilt and Zoom Camera (PTZ) A ceiling or wall mounted camera for room and patient views and is controlled from the touch panel. This camera can be used for live streaming and secured view or recording of the PTZ camera. This camera is also useful for seeing the sterile field while documenting at the nurse s workstation. Quad/PIP Any video source can be placed into a PIP, PAP or Quad image view. The quad image view that is selected can be routed to any source output. (Displays, Streaming, Image Capture etc.) Audio: The NEO IP solution provides full audio control along with (AEC) echo cancellation and (NR) Noise reduction. Audio muting, volume control of all audio sources will be controlled through the KARL STORZ touch panels. A boom mounted microphone (wireless also available) for use in adding recorded audio to video capture. The microphones are used for the StreamConnect live streaming/conferencing. The microphone can be independently be muted for cases requiring no audio. Audio output will be played through overhead speakers. Speakers can be muted or volume controlled via the KARL STORZ touch panel. Control: The ORs will be equipped with a 24 touch panel. The NEO IP touch panel control is identical to the OR control solutions. Sharing the same user interface allows for seamless transition between other ORs for the clinical. Each touch panel provides full screen or partial preview screen of any image/video source connected. Presets at each touch panel allow for easy lab setup or a specific use of the AV equipment. All audio, video and camera settings are saved under any preset and can be recalled by a user defined name. Also, part of the touch panel control is overhead lighting control via RS232 with owner provided Lutron or similar lighting control. Lights can be zoned and selected via presets. Viewing/Displays: The ORs will be equipped with four primary boom mounted displays, which allows for viewing of any image in full screen or windowed (PIP, PAP and Quad) within the screen, any image or video source connected to the system. In addition to the four-field mounted boom displays each OR has four 55 4k wall displays. The wall displays provide view of any of the same sources independently of the field boom mounted displays. Boom Arm upgrades: Boom arm upgrades are included in the quotation to allow 32 4k Displays to be mounted from existing arms. The arm will be replaced from the horizontal piece of the arm downward to the display bracket. Existing infrastructure utilized for the OR Integration. StreamConnect Live Streaming: Karl Storz s currently installed StreamConnect software allows seamless connection of live HD Streaming anywhere connected to the VA Pittsburgh network. Broadcast and bi-directional communication are provided across the VA Pittsburgh network connected to any location equipped with the Karl Storz s StreamConnect encoder and decoder, and any PC with a web browser. This integration is included and already implemented at VA Pittsburgh. Video on Demand: Additionally, the existing StreamConnect application software at the VA Pittsburgh supports secure image capture and video storage to a central storage server. Any images captured in the ORS can be saved to the existing StreamConnect Video on demand storage for viewing access, downloading and sharing. This Video on Demand solution is already installed and implemented and is also to be utilized by the renovated ORs for Video on Demand. Future expansion for inputs/outputs: The NEO IP integration solution allows for up to 72 inputs/outputs and can be expanded to accommodate additional sources and displays/output solutions. 2. QUALIFICATIONS: A. Contractor must be certified and trained to install Karl Storz Equipment and Integration SPECIFIC TASK REQUIREMENTS A. The Contractor shall provide all Labor, Materials (Hardware and Cabling) to install purchased equipment, Transportation and Travel, Site Specific Shop Drawings in compliance with federal, state, and local regulations to successfully install all 4k equipment and Video Integration into the mentioned OR Suites. B. Contractor must provide viewing from displays installed in the ORs of any connected image/video source input via a 24 Touch Panel control. C. Contractor must provide connection plates for any video vendors equipment to be connected (carts). D. Contractor must provide audio for remote distribution and playback through overhead speakers. E. Contractor must provide Remote distribution of images/video to location on network. F. Contractor must provide recording/capture and storage of any image/video captured in the OR. G. Contractor must provide consistent user interface to allow for full usage of the NEO IP solution. H Contractor will work with the COR on the coordination of dates available for install of the equipment and integration GOVERNMENT RESPONSIBILITIES OVERSIGHT OF SERVICES/PERFORMANCE MONITORING; Contract Administration: After award of contract, all inquiries and correspondence relative to the administration of the contract shall be addressed to: CO Responsibilities: The Contracting Officer is the only person authorized to approve changes or modify any of the requirements of this contract. The Contractor shall communicate with the Contracting Officer on all matters pertaining to contract administration. Only the Contracting Officer is authorized to make commitments or issue any modification to include (but not limited to) terms affecting price, quantity or quality of performance of this contract. The Contracting Officer shall resolve complaints concerning Contractor relations with the Government employees or patients. The Contracting Officer is final authority on validating complaints. In the event the Contractor effects any such change at the direction of any person other than the Contracting Officer without authority, no adjustment shall be made in the contract price to cover an increase in costs incurred as a result thereof. In the event that contracted services do not meet quality and/or safety expectations, the best remedy will be implemented, to include but not limited to a targeted and time limited performance improvement plan; increased monitoring of the contracted services; consultation or training for the contract staff to be provided by the VA or the contract agency as indicated; replacement of the contract staff and/or renegotiation of the contract terms or termination of the contract. COR Responsibilities: The COR shall be the VA official responsible for verifying contract compliance. After contract award, any incidents of Contractor or Contractor noncompliance as evidenced by the monitoring procedures shall be forwarded immediately to the Contracting Officer. The COR will be responsible for monitoring the Contractors performance to ensure all specifications and requirements are fulfilled. 3. VAPHS Support Personnel, Services or Equipment: Other necessary personnel for the operation of the services contracted for at the VAPHS will be provided by the VAPHS at levels mutually agreed upon which are compatible with safety of the patient and personnel and with quality medical care programming. a. Biomed Pittsburgh VA Staff b. IT Pittsburgh VA Staff c. Operating Room Pittsburgh VA Staff No Employee status: The contractor shall be responsible for protecting the Contractor s staff furnishing services. To carry out this responsibility, The Contractor shall provide or certify that the following is provided for all their staff providing services under the resultant contract: Workers compensation Professional liability insurance Health examinations Income tax withholding, and Social security payments. SPECIAL CONTRACT REQUIREMENTS Billing Payment Remittance: Monthly billings will be sent to the following addresses: Department of Veterans Affairs Financial Service Center PO Box 149971 Austin, TX 78714-8971 Invoices can also be faxed to the Commercial Payment Section at (512) 460-5540. PROVISIONS & CLAUSES: (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) 852.211-73 Brand Name or Equal. (JAN 2008) 852-219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.   No remanufactures or gray market items will be acceptable.   (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.   All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.   Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to  replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.   (ix) METHOD OF AWARD The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Price will be the only evaluated factor. Award may be made without discussions. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Questions must be emailed to Cynthia.laemmerhirt@va.gov no later than 3:00 pm, EST on 30 August 2019. (xvi) Quotes must be submitted to Cynthia.laemmerhirt@va.gov to no later than 3:00 PM, EST on 2 September 2019. Quotes may be submitted on this document or the vendor s own form. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. When submitting quotes, please put Vendor Name - OR Equipment & Upgrade - 36C24419Q1116 in the subject line for easy reference. Please indicate if there is a discount in the pricing or if a discount is available. (xvi) For information regarding the solicitation, please contact Cynthia Laemmerhirt at cynthia.laemmerhirt@va.gov ; NO PHONE CALLS WILL BE ACCEPTED. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (21-AUG-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/PiVAMC646/PiVAMC646/36C24419Q1116/listing.html)
 
Place of Performance
Address: VA Medical Center A & Mm Receiving;University Dr C;Pittsburgh, PA
Zip Code: 15240
Country: USA
 
Record
SN05413382-F 20190823/190821230046 (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.