SOURCES SOUGHT
70 -- MED SVC (CARD) ALTIX BT21 HD UPGRADE & INSTALLATION SERVICES; TRILLAMED LLC (VA-21-00020307)
- Notice Date
- 12/7/2020 3:45:21 PM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0182
- Response Due
- 12/11/2020 12:00:00 PM
- Archive Date
- 12/21/2020
- Point of Contact
- Ryan.Singletary@va.gov, Ryan Singletary, Phone: 562-766-2234
- E-Mail Address
-
Ryan.Singletary@va.gov
(Ryan.Singletary@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 511210 (size standard of$41.5 Million). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can provide GE ComboLab AltiX upgrade for an existing system installed that at a minimum meets the following salient characteristics with a brand name or equal product for the VA San Diego Healthcare System: The current Hemodynamic monitoring system is end of life and Windows 7. Many components of the current system are not compatable with the current upgrade and need replacement. The ComboLab is being installed in three (3) separate Labs in Cardiology (Cath 1, Cath 2 and Electrophysiology.) See Statement of Work below. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 3.00 EA __________________ __________________ ComboLab AltiX BT21 HD Upgrade LOCAL STOCK NUMBER: P1715UH 0002 1.00 EA __________________ __________________ Intracardiac Channel Amplifier LOCAL STOCK NUMBER: P1008HU 0003 3.00 EA __________________ __________________ Masimo SPO2 Technology LOCAL STOCK NUMBER: 2041390-058 0004 3.00 EA __________________ __________________ English LOCAL STOCK NUMBER: 2041390-003 0005 3.00 EA __________________ __________________ 60HZ LOCAL STOCK NUMBER: 2041575-002 0006 3.00 EA __________________ __________________ Invasive Pressures LOCAL STOCK NUMBER: 2041575-003 0007 3.00 EA __________________ __________________ Battery LOCAL STOCK NUMBER: 2041390-041 0008 3.00 EA __________________ __________________ No Bedside Dock LOCAL STOCK NUMBER: 2041390-044 0009 3.00 EA __________________ __________________ MASIMO PDM ACCESSORIES WITH BASE STATION - AHA LOCAL STOCK NUMBER: P1961SM 0010 3.00 EA __________________ __________________ Contains Respironics Sidestream C02 Module LOCAL STOCK NUMBER: P1961CS 0011 3.00 EA __________________ __________________ Image Capture Color Interface Kit LOCAL STOCK NUMBER: P1701BG 0012 1.00 EA __________________ __________________ BT21 RMOT Kit HD LOCAL STOCK NUMBER: P1711RH 0013 1.00 EA __________________ __________________ Software Providing Admission to BWI Carto Mapping System of DMWL from CardioLab/ComboLab LOCAL STOCK NUMBER: P1007OA 0014 1.00 EA __________________ __________________ Configurable 4 Channel Digital EP Simulator LOCAL STOCK NUMBER: P1006MB 0015 3.00 EA __________________ __________________ Monitor and Boom Accessories HD LOCAL STOCK NUMBER: P1711RD 0016 3.00 EA __________________ __________________ Remote Display Cable Pre-Install Kit-HD LOCAL STOCK NUMBER: P1711CH 0017 3.00 EA __________________ __________________ DVI Splitter and Cables LOCAL STOCK NUMBER: S18461JD 0018 1.00 EA __________________ __________________ INW Server Altix BT21 Upgrade LOCAL STOCK NUMBER: P1716SU 0019 1.00 EA __________________ __________________ DirectAssist Applications LOCAL STOCK NUMBER: P1716DA 0020 5.00 EA __________________ __________________ GE Client Workstation AltiX BT21 Upgrade LOCAL STOCK NUMBER: P1716CU 0021 5.00 EA __________________ __________________ GE Client Workstation AltiX BT21 Upgrade With Workstand LOCAL STOCK NUMBER: P1716XU 0022 10.00 EA __________________ __________________ CARESCAPE INTERFACE LOCAL STOCK NUMBER: P1966CA 0023 1.00 EA __________________ __________________ This training program is designed for customers purchasing up to 6 GEHC Invasive Labs. GEHC will work with the designated Customer contact to agree upon a reasonable training schedule for a pre-defined group of core invasive staff that will leverage blended content delivery and may include a combination of onsite days and virtual offerings LOCAL STOCK NUMBER: W0302CD 0024 3.00 EA __________________ __________________ TIP DAY OF APPLICATIONS TRAINING A single day of applications training delivered at customer's site for any GE Healthcare Diagnostic Imaging system. Training will be delivered at a mutually agreed upon time between the customer and GE Healthcare (excluding GE Healthcare holidays), and are subject to availability. Training must be completed within 12 months from purchase. LOCAL STOCK NUMBER: W0330CD 0025 3.00 EA __________________ __________________ Provides for Installation of Acquistion System over a Weekend; allows for application support on Monday AM LOCAL STOCK NUMBER: 2016376-092 0026 1.00 EA __________________ __________________ INSTL-AFTER HOURS INW LOCAL STOCK NUMBER: 2016376-093 0027 10.00 EA __________________ __________________ INSTL-AFTER HOURS NURSES WORKSTATION LOCAL STOCK NUMBER: 2016376-094 0028 4.00 EA __________________ __________________ Invasive Project Management SVCS LOCAL STOCK NUMBER: W0037CD 0029 1.00 EA __________________ __________________ CCW Single Site Invasive Workflow Onl LOCAL STOCK NUMBER: P0005LCED 0030 1.00 EA __________________ __________________ Centricity Cardio Workflow without Physician Reporting Test Base Software & Core eDelivery Application Package LOCAL STOCK NUMBER: P1000JKED 0031 1.00 EA __________________ __________________ CVIS HL7 Orders Inbound License; enables procedural orders to follow into the CVIS Database from physician order-entery system to drive cardiology lab workflow by eliminating redundant data entry LOCAL STOCK NUMBER: P1000JG 0032 1.00 EA __________________ __________________ CVIS PDF Report export license allows conversion software DOC to .PDF file for clinical reports results interface LOCAL STOCK NUMBER: P1000JL 0033 1.00 EA __________________ __________________ Invasive Project Management SVCS LOCAL STOCK NUMBER: W0037CD 0034 1.00 EA __________________ __________________ CVIS DATA MIGRATION DAY LOCAL STOCK NUMBER: P0005ZJ 0035 1.00 EA __________________ __________________ CVIS Cath WF Only: This module is designed to allow for enhanced workflow within the department without the adoption of structured physician reporting. This module enables administrative workflow for cardiac catheterization related procedures in addition to list sharing management with GE Mac-Lab Hemodynamics recording system. LOCAL STOCK NUMBER: P1000L 0036 1.00 EA __________________ __________________ CVIS EP WF Only: This module is designed to allow for enhanced workflow within the department without the adoption of structured physician reporting. This module enables administrative workflow for electrophysiology related procedures in addition to list sharing management with GE CardioLab EP recording system. LOCAL STOCK NUMBER: P1000LA 0037 1.00 EA __________________ __________________ CVIS Structural Heart WF Only: This module is designed to allow for enhanced workflow within the department without the adoption of structured physician reporting. This module enables administrative workflow for structural heart related procedures in addition to list sharing management with GE Mac-Lab Hemodynamics recording system. LOCAL STOCK NUMBER: P1000LB 0038 5.00 EA __________________ __________________ CVIS HL7 CUSTM INTGR UNIT; CVIS HL7 Custom Integration Unit provides remote professional integration services administered by GEHC Integration team to perform unique interface configurations LOCAL STOCK NUMBER: P1004RW 0039 1.00 EA __________________ __________________ CVIS HL7 Inbound Order Integration provides remote professional integration services administered by GEHC ITPS Integration Team to translate hospital's order message to meet CVIS specifications LOCAL STOCK NUMBER: P1004RJ 0040 1.00 EA __________________ __________________ MacLab/CardioLab PDF Results Integration; enables outbound distribution of clinical report from acquisition device to HIS/EMR in a .PDF format LOCAL STOCK NUMBER: P1004RL 0041 1.00 EA __________________ __________________ CVIT ONSITE TRAINING LOCAL STOCK NUMBER: P0002WW 0042 1.00 EA __________________ __________________ TIP Invasive GEHC HQ Training Program;This training program is designed for customer representatives who have recently purchased GEHC Invasive equipment LOCAL STOCK NUMBER: W0301CD GRAND TOTAL __________________ The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA Advantage, any VA National Contract, or a NASA SEWP contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities statement illustrating your organizations ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS/Cage Code number. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, Decemeber 11, 2020 at 12 noon PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. Statement of Work Contract Title. GE ComboLab AltiX Background. The current Hemodynamic monitoring system is end of life and Windows 7. Many components of the current system are not compatable with the current upgrade and need replacement. The ComboLab is being installed in three (3) separate Labs in Cardiology (Cath 1, Cath 2 and Electrophysiology.) Scope. Deliver item listed on 2237 to the VA Medical Center San Diego as soon as possible. Vendor will de-install the current system in all three labs and replace with the upgraded system Specific Tasks. Vendor will be working with other manufactures to install the upgraded hemodynamic monitoring systems in Cath Lab 1, Cath Lab 2 and Electrophysiology Lab, as well as intergrating the new Virtual server for Cantricity. They will be working with IT to intergrate the ComboLab with CPRS for scheduling and orders procedding, PACS for image archieval and the various intergrated modalities currently in use (IVUS, FFR, Volcano) Performance Monitoring: Vendor will be monitoring the installation, training and follow up issues. Security Requirements Vendor will connect with PACS and CPRS using current gateways and Networks. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Vendor will be working with the VASD IT department, Biomed and Cardiology departments to complete their projects. Other Pertinent Information or Special Considerations. This is a direct replacement for the old Mac Lab systems (Replacing EE 97861, EE44763, EE97981, EE45203, EE79802, EE97863) The current system is not supported by the company. Delivery is time sensitive and delays may affect patient care. Packaging, Packing and Shipping Instructions. Deliver to Warehouse. ATTN CARDIOLOGY Inspection and Acceptance Criteria. Venodr is to open and inspect all delivered ComboLab meterials prior to installation Place of Performance. VA San diego Cardiology Period of Performance:. Work to be completed prior to March 31 2021 Delivery Schedule. Delivery to be completed before the completion of the Cath Lab 1 project in March 2021
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/169956f42e274087b169b5013446d94a/view)
- Place of Performance
- Address: Department of Veterans Affairs San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN05868374-F 20201209/201207230147 (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 |