SOURCES SOUGHT
65 -- Patient Scales
- Notice Date
- 1/26/2022 8:15:05 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q0375
- Response Due
- 1/31/2022 11:00:00 AM
- Archive Date
- 02/05/2022
- Point of Contact
- Kelly Han, Procurement Technician, Phone: (713) 791-1414
- E-Mail Address
-
kelly.han@va.gov
(kelly.han@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Southeast Louisiana Veterans Health Care System REQUEST FOR INFORMATION 36C25622Q0375 BACKGROUND: Background: The Southeast Louisiana Veterans Health Care System (SLVHCS) is currently requesting the purchase of four (4) scales for the Hammond CBOC activation. A safe multifunction scale is needed in A&PC for safety when weighing patients who are in a wheelchair, frail or have difficulty when walking. A multifunctional scale that accommodates sitting, standing or wheelchair bound patients provides valuable support to reduce falls and other injuries. Project Scope: The following components are needed for the areas specified above. Item # Description/Part Number* Qty NA Patient scale sit/stand/wheelchair 4 NA Delivery and assembly 1 Salient Characteristics: Minimum Equipment Requirements Multi-function Bariatric Scale, Patient, Sit/Stand and Wheelchair. Suggested Manufacturer Brand Name: SECA 684 Patient can be safely weighed while standing, seated or in a wheelchair. Must have nonslip rubber tread on base and handrails to prevent slipping. Must have stable handrails to support a standing patient. Must have integrated folding seat. Must accommodate patient in wheelchair. Must have ramp to allow easy wheelchair access. Must have integrated wheels for mobility. Capacity: 800 pounds minimum 360-degree wireless technology Power Supply: Battery as primary source AND option 12 VDC wall plug-in AC power Platform Size: 31.5-inch W X 1.8-inch H x 33.5-inch D minimum Display: 4 digit minimum Scale must have the ability to interface with EMR VISTA/CPRS The multifunction scale shall have an interface with CPRS and any spot or intermittent information gathered on the monitors shall be transferred to CPRS. The multifunction scale shall have bi-directional communication providing confirmation of data sent to CPRS on the monitor (confirmation of data sent to CPRS may be accomplished via the multifunction scale at the bedside). Data integration to CPRS shall be via a software application providing vitals data to CPRS in HL7 format, utilizing HL7 interfaces to the ADT system, and using a VA-approved interface to CPRS. Contractor shall describe in detail the interface and data management that will be used from the multifunction scale to the Computerized Patient Record System (CPRS) and list all hardware, software and interfaces needed. The multifunction scale interface shall support the use of an Active Directory list to authenticate users located within their IT system. The monitor shall be capable of sending standard-based results using HL7 messages conformant with IHE Patient Care Devices (PCD) technical framework Software used for data integration shall provide the ability to use custom OBX-3-1 codes using LOINC encoding. The monitor shall be capable of transferring data through Ethernet connection RJ45 or CAT 5E or higher. The monitor shall be capable, directly or through its server, to synchronize its date/time with the VA Network Time Server and supply a synchronized and qualified time stamp for observation date/time. Delivery and Installation DELIVERY 1. Contractor shall deliver all equipment to: Southeast Louisiana Veterans Health Care System (SLVHCS) Medicine Service 2400 Canal St New Orleans, LA 70119 2. Deliver materials to job in manufacturer's original sealed containers with brand name marked. 3. Package to prevent damage or deterioration during shipment, handling, storage and installation Maintain protective covering in place and in good repair until removal is necessary. 5. Delivery and Installation will be coordinated through the Contracting Officer Representative or designee. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the name products listed in section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Kelly.Han@va.gov. Please respond to this RFI no later than January 31, 2022 by 1300 CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9f981755924a42cbb231a2197f8ff286/view)
- Place of Performance
- Address: Southeast Louisiana Veterans Health Care System 2400 Canal St, New Orleans, LA 70119, USA
- Zip Code: 70119
- Country: USA
- Record
- SN06225826-F 20220128/220126230110 (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 |