Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOURCES SOUGHT

58 -- Operating Room Video Replacement

Notice Date
9/10/2020 10:10:42 AM
 
Notice Type
Sources Sought
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q1028
 
Response Due
9/16/2020 4:00:00 AM
 
Archive Date
11/15/2020
 
Point of Contact
Cole J Culley, Contract Specialist, Phone: 757-728-7014
 
E-Mail Address
cole.culley@va.gov
(cole.culley@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT: The Department of Veterans Affairs, VISN 6 Network Contracting Office (NCO) 6 is conducting Market Research through this sources sought notice to help determine the availability of qualified Businesses, registered under NAICS code 334310 Audio and Video Equipment Manufacturing, capable of providing and implementing an Operating Room Camera and Video Integration System that meet, but are not limited to, the following minimum specifications: Hardware Qty six (6) insufflators Used for monitoring the CO2 gas insufflating process. Device control from Display Control Panel Ability to turn gas on/off and adjust pressure from Display Control Panel Must offer high-speed insufflation with a minimum of 45 l/min Screen must display pressure, flow, and volume Must be able to maintain stability of the cavity in the event of loss of gas during a procedure Qty twelve (12) ceiling mounted speakers (two (2) per OR suite) Integrated Audio System Audio system with microphones for each OR Suite (Qty6) Ability to mute audio for patient privacy The integrated image capture, video recording, image routing control, and all other workflow functions built into a single display for the nurse to control. Qty twelve (12) ceiling/boom mounted 4K Medical Grade Surgical Displays (two (2) per OR suite) Must be 31 or greater in size Qty six (6) wall mounted 3D-4K Medical Grade Surgical Displays Must be 55 or greater in size Package is to include tilting wall mounts Must be 3D to provide no downgrade to 3D image output. Qty twelve (12) Spring Arm and Yoke upgrade kits (two (2) per OR suite, not needed if current spring arms can support weight of the new monitors) Must be capable of holding the ceiling/boom mounted 4K Medical Grade Surgical Displays listed above Must be compatible with currently owned Berchtold Booms & Amico Booms OR 6: Amico Boom and Oasys Heathcare Spring Arm Model #Central Axis OR 1-5: Berchtold Model # Teletom Qty six (6) High Definition Touch Screen Display Control Panel Display panels will be used at each nursing station within the OR to control what device is currently being shown on the monitors within the room. Must be capable of pulling up VA applications such as CPRS and Vista on the same display screen Page 1 of 2 Must include wall mounts Must be a minimum of 24 Must be touch screen 1080p resolution Display control panel must be capable of identifying ancillary equipment connected to system. Upon connection ancillary equipment must be prioritized on display panel screen to maintain all active inputs in a chronological order so end user has all available inputs located on a single page. User interface must be clean and easy for staff to identify equipment that is connected. Qty six (6) 4K Documentation System Devices (Medical Video Recorder) Must be capable of transferring data via DICOM or HL7 interfaces Must be capable of integrating with Cerner EHR for upcoming transfer. Must be capable of capturing still images and video sequences in 4K quality or industry standard UHD. Must have the capability of editing images and videos Must be suitable for use across all specialties performed within the OR suites Must be capable of integrating with VA applications such as CPRS and VistaRad. Must be capable of communication with VISTA and importing daily surgical list and patient information into video interface. Must be capable of integrating with any manufacturer of equipment that is already owned (vendor neutral) End to end uncompressed video signal with no downgrade to 4K image. Qty six (6) 4K Camera Control Units Capable of 4K Image Processing Must include any adaptors needed for use with different vendor manufactured parts Qty six (6) Light Sources Must be compatible with above listed camera control units Must include any adaptors needed for use with different vendor manufactured parts Device control from Display Control Panel Ability to turn light source on/off and adjust brightness from Display Control Panel Qty fifteen (15) 4K Camera Heads Must be capable of being immersed for cleaning/disinfection Must be capable of being sterilized 15 surgical pans specifically designed to protect cameras during transport and storage Qty one (1) Medical Grade Display Monitor Used in centralized location for displaying multiple live video feeds from the six various OR suites Must be capable of displaying six (6) suites at one time Minimum of 55 Must be able to provide privacy by muting sounds from operating room as well as images. 1080p resolution Qty six (6) In Room Ceiling Mounted Cameras To be used for live streaming each OR suite back to the above display monitor for displaying live video feeds on a centralized monitor. Must operate on Windows 10 or later OS. Universal connection port for imaging devices Vendor must propose solution to convert video signal (DVI, HD, etc) from each piece of ancillary equipment into a single signal to be compatible with universal connector on wall/boom port, thus requiring only one type of universal cable for all equipment types. There must be no downgrading of image Older SD & HD equipment must continue to display in original format 4K equipment will display in 4K 3D equipment will display in 3D via main monitor only. Minimum of 4 Universal connector ports per surgical boom and one on north and west wall of each OR. System must be capable of recognizing all vendor equipment regardless of manufacturer. System Functionality Must be a complete 4K System from images to router to monitors. There will be no downgrading of images. Complete end to end uncompressed 4K system. Special equipment that displays 3D image must be in 3D on main 55 monitor in each operating suite. Must be able to display patient vital signs from currently owned Innovian Anesthesia System in all OR s Must support the facility with applications that meet our National Patient Safety Goals User interface (display control panel) must be customizable to meet needs of facility. Custom interface with access to educational video and resources for surgical nurses. Custom interface to display OR table setups for specific surgical cases. Custom interface to quickly access surgeon preferences and case needs. ยง HIPPA compliance with ability to block video and mute audio to protect patients. Time-Out and POST debriefing checklist built in to Display Control Panel (National Patient Safety Goal UP.01.01.01). System must be capable of creating a calming environment for patient through video and audio pathways while in the operating room Site will host virtual server vendor to provide specifics for server Software must be most recent version available at time of delivery If software is required to be installed on VA owned PCs, software must be VA TRM (Technical Reference Model) Approved. Specifications can be found: https://www.oit.va.gov/services/trm/ If software is cloud-based, VA ATO (Authority to Operate) is required prior to installation Vendor must provide software updates as they become available at no additional charge Vendor must provide patching of software as they become available for security purposes Proposal must include unlimited licensing required for the overall system, which must also include any displays to be added for future additions Equipment must be compatible with currently owned HD camera heads, while also supporting the new 4K camera heads site understands that the existing HD camera heads will not be displayed as 4K. The equipment must incorporate a turn over management system as part of the live streaming process where still will be able to identify when a procedure is complete and a room is available. The equipment must have a compliant checklist feature for the beginning and ending of operational procedures All respondents shall indicate the following: Whether or not they are small business manufacturers of the products they wish to offer, or Whether or not they are distributors of a small business manufacturer. Failure to provide the above information WILL result in the vendor being considered incapable of meeting the VA s needs If the contractor can provide the above items, the contractor shall provide a letter from the manufacturer stating they are an authorized distributor/licenser of their products. Failure to submit an authorized distributor letter shall result in the product(s) potentially offered to be considered grey market and shall not be considered technically acceptable. If the contractor can provide the above product and/or services, please indicate in your response that the above requirements can be met and provide a brochure of its product. Failure to provide a product brochure WILL result in the vendor being considered incapable of meeting the VA s needs. The capability statements received from this market research are for planning purposes only and will assist the Government in planning its acquisition strategy. This is strictly market research and the Government will not entertain questions concerning this market research. The Government will not assume any costs incurred by the contractor in the preparation of responses. All responses shall be submitted in writing no later than September 16, at 0700AM EST to the attention of: Cole J. Culley, VA Medical Center, 27 Averill Avenue, Hampton, VA 23667. E-mail address: cole.culley@va.gov Please title the subject line for all responses as: Sources Sought Charleston VAMC OR Cameras: 36C24620Q1028 Locations where deliveries are needed: Ralph H. Johnson VA Medical Center 109 Bee St, Charleston, SC 29401
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7aa1c115c85e4e49991c162cc00970fa/view)
 
Place of Performance
Address: See Attachment
 
Record
SN05793982-F 20200912/200910230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.