SOURCES SOUGHT
63 -- WanderGuard Blue Patient Enlopement Mgt System
- Notice Date
- 2/10/2022 12:14:00 PM
- Notice Type
- Sources Sought
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26122Q0262
- Response Due
- 2/14/2022 1:00:00 PM
- Archive Date
- 03/16/2022
- Point of Contact
- Katherine E. Fairley, Contracting Officer, Phone: 925-372-2270
- E-Mail Address
-
Katherine.Fairley@va.gov
(Katherine.Fairley@va.gov)
- Awardee
- null
- Description
- This is a Sources Sought notice for informational and planning purposes and shall not be construed as an obligation on the part of the VA. The purpose of this sources sought is to identify qualified businesses, including Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), Small Disadvantaged Business (SDB), Woman-Owned Small Business (WOSB), Historically Underutilized Business Zones (HUBZone) Small Business, 8a Small Business and Small Business concerns that are interested in and are capable of performing the work described herein. Your responses to the sources sought will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. (a) The Government does not intend to award a contract on the basis of this sources Sought Notice or to otherwise pay for the information solicited. Any response will be treated as information only. (b) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. (c) This Sources Sought is issued for the purpose of collecting information about the availability of equal products from different sources for the desired product described in the SOW and listed in the Price/Cost Schedule . (d) Contractors that feel they have an equal product are encouraged to provide a quote in response to this notice. Contractors shall identify the NAICS code for the product being offered as well as their size status. Contractors shall complete the Price/Cost Schedule for the purpose of market research. Contractors shall furnish supporting documentation which demonstrates that the proposed equal products meet or exceed the desired product described in the SOW and listed in the Price/Cost Schedule . Interested businesses shall send email only with the following information: Socio-Economic Category, DUNS number, number of employees, and business capabilities that includes relevant experience. In addition, please provide documentation that you are an authorized vendor of the product you are selling. Email information to Katherine.Fairley@va.gov by Monday, February 14, at 1:00 PM PST. STATEMENT OF WORK Requesting procurement and Installation of Patient Elopement System for Building 1 5th Floor Medical Surgical Unit and replacement of existing for Building 28 & 31 Community Living Center. BACKGROUND The VA Central California Health Care System (VACCHCS) is seeking to implement a resident wander management system in the Medical Surgical ward in Building 1, 5th Floor (5 East) and replacement of the current wander management systems in Building 28 (Community Living Center - CLC Expansion) and Building 31 (CLC). Currently RoamAlert®, manufactured by Stanley Healthcare, is the Patient Elopement system used at Fresno VA Medical Center, 2615 E. Clinton Ave, Fresno Ca, 93703. When a patient approaches any exit of the medical ward, VACCHCS needs a solution that locks down exit doors to prevent the patient from leaving. This system needs a togglable audible sound to go off when a patient is opening or approaching an exit door. This Patient Elopement system must also be compatible and wired to Fresno VA Medical Centers fire alarm system. In the event of a fire and the fire alarm is active, this system must allow the egress to flow freely and not lock down doors when patients, staff and visitors are evacuating. The components in this system include all hardware and software components to install a WanderGuard Blue system or equivalent: transmitters that are worn by the patients as tags, exciter antennas, door controllers, power supplies, keypad for manual override, tag reader to test tag functionality, magnetic locks to be installed on doors, sound module and attenuator to emit and control volume of audible sounds, workstation/computers, and software for a central network server. Furthermore, there is a software that is needed for staff to pull reports on the frequency of alarms. This data must include, but not limited to; number of times the exit doors have been engaged, time and date, patient Identification or name, and other pertinent data that will assist staff in ensuring an excellent environment of care. Fresno VA Medical Center needs this solution to ensure patient safety and provide better care for our Veterans. The wander management system in buildings 31 and 28, need to be replaced. The current software is at end of support. Furthermore, the operating systems (OS) of these systems are not on Windows 10. Windows 7 is no longer supported by Microsoft and presents security issues. There is a need to upgrade these systems to make sure that the VA is up-to-date and limits end of support models. This will lower cybersecurity vulnerabilities of the system ensuring patient information is confidential SPECIFICATIONS The new Patient Elopement system must adhere to the following requirements: 1. The system shall normally be de-energized, allowing free egress through monitored exits for staff, visitors or patients not equipped with a radio transmitter (i.e., tag). 2. The system shall create a perimeter around the monitored exits using the controllers that power an antenna, which operates at 307.2 kHz. 3. When a transmitter (i.e., Patient tag) approaches and enters the antenna radius it shall transmit signal to the receiver. If the monitored exit is a door with locks, the locks will energize using electric strike instantaneously and lock shall alarm, preventing that patient from leaving the secured area. 4. Local keypad shall reset local alarm and de-energize locks. 5. Togglable On/Off Switch Option for Auditory Alarm specifically for when the doors are open without requiring local keypad access. 6. Workstations running Patient Elopement Software will record the following information: Patient Tag Number, Patient Name Tag is assigned to, Alarm Time Stamp and Location. 7. System shall run on 120 VAC outlets, even on emergency backup power. Door controllers shall each contain their own power supply and will continue to function regardless of the central power supply or the loss of the server computer proving a redundant system. 8. Vendor will run and provide plenum Cat 6a between all networked items which includes but is not limited to; Nurse stations, Controllers, Keypads, Door Contacts, and antennas. 9. Controller will be mounted out of site above door when possible. 10. The alarms will sound audibly at the nurse station. 11. The software shall differentiate and log instances of Door Alarms, Loiter Alarms, Door Ajar Alarms, Supervisory Alarms, and Low Battery Alarms, badge/patient tag configuration. 12. The software shall differentiate between each patient and show their name and the time at which the tag was activated in the system and which doors and what times it has activated the system. 13. Portable Tag Activation/Deactivation units should activate tag for patient use and deactivate tags when not in use to preserve battery life, verify if a tag is active or inactive while on a patient, and detect a low battery in tags. 3. SPECIFIC TASKS For work in all specified locations Bldg. 1 Med Surgical (5 East), Bldg. 28 and Bldg. 31 a. The Contractor is to supply necessary components for installation of the Patient Elopement management system as specified in Section 4. Schedule of Items. b. The software for the system should be TRM approved so it may be installed on VA OIT computers. c. The server should be virtualized. VA will provide the virtual space while the vendor will provide the software and install / setup. d. The Contractor will provide multiple training sessions (daytime, evening, and after hours) on system and software for clinicians and one technical training session for Biomedical Equipment Support Specialist. e. The Contractor will provide and exclusively only use plenum CAT6a cable and 22 Gauge 4 Conductor cable for all work. f. The Contractor is to install the Patient Elopement management system on 2 corridor double doors and a single door by the stairwell as specified on VACCHCS -provided computer-aided design (CAD) files in DWG format for work specific to Bldg. 1 Med Surgical (5 East) g. The Contractor shall provide electrical conduit work. h. The Contractor shall install power supplies in Tele-Com closet for these doors if necessary. i. The Contractor will have the doors connect to the network manager. j. VACCHCS shall provide the doors and locks for this system (not to be confused with the magnetic locks). k. The Contractor will install and load licenses for the replacement of the existing servers in Building 28 and 31. The doors requiring an updated system are: Building 28: Three sets of double doors and one set of sliding double doors. Building 31: Five single doors with Maglock, one sliding door with a solenoid, and two double doors with maglocks. 5. PERFORMANCE & MONITORING The Contractor should warrant that the product is free from manufacturing defects in material and workmanship under normal use and service for a period of at least 365 days from the date of delivery. Contractor shall replace or repair equipment if necessary, to the satisfaction of the Government. During installation testing, it must be confirmed that in the event of a fire when the fire alarm goes off, the strike locks shall be disengaged, allowing for free egress through the doors. Contractor shall provide a copy of the written warranty upon acceptance of the equipment. All labor, time, materials, equipment, travel, service manuals and supplies necessary to keep equipment operational during the warranty period shall be included. Phone response to warranty issues within 1 hour and on-site response within 24-hours is required. The contracting officer representative (COR) shall monitor performance through routine inspections and maintain copies of all service records. Any issues will be brought up to contractor s service manager. 6. SECURITY REQUIREMENTS The C&A requirements do not apply, and a Security Accreditation Package is not required. 7. GOVERNMENT-FURNISHED EQUIPMENT (GFE) / GOVERNMENT-FURNISHED INFORMATION The VACCHCS shall provide: a. Parking spaces for 2 work trucks / van during installation period b. Secure storage space for materials during installation c. Ladder & carts for equipment transportation 8. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS a. Identification of Possible Follow-Up Work No follow-up work is expected. b. Identification of Non-Disclosure Requirements The Contractor must follow all HIPA rules, regulations, and restrictions regarding disclosure of any personal identifying information observed during the service of the equipment. c. Packaging, Packing, and Shipping Instructions The Contractor shall deliver all necessary items. 9. PLACE OF PERFORMANCE Installation will take place at the Fresno VA Medical Center (2615 E. Clinton Ave, Fresno, CA 93703-2223). Vendors that can provide a brand name only package are encouraged to submit a quote. Delivery must be provided no later than 90 days after receipt of order. FOB Destination. The contractor shall deliver the line items to VA Central California Health Care System, 2615 Clinton Ave., Fresno, CA 93703-2223. Place of Performance: Address: 2615 Clinton Ave. Fresno, CA Postal Code: 93703-2223 Country: UNITED STATES PRICE/COST SCHEDULE ITEM INFORMATION ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 18.00 EA WanderGuard Blue door bundle - EX5700 Controller, 24V Power Supply (WGB-ADP-090-U), Indoor Keypad, 2 door contacts. 0002 18.00 EA IED indoor keypad 0003 18.00 EA External LF antenna 0004 18.00 EA EX5700 standard exciter mounting kit 0005 1.00 EA WanderGuard BLUE Starter Kit (Manager (WGB-MGR-1000)tablet, Detector (WGB-DET-1000-NA),Customer Success Program) 0006 30.00 EA WanderGuard BLUE Wearable Tag - 3 Year - Long Band - Cut Resistant 0007 1.00 EA WanderGuard Blue Wearable tag starter kit 0008 1.00 EA Arial Software Virtual Server 0009 1.00 EA Arial Client Software for Customer PCs 0010 1.00 EA Arial EssentialCARE 24/7 remote services 0011 10.00 EA Cabling and materials 0012 1.00 EA System Design engineering 0013 18.00 SV Labor - installation, programming, and customer training 0014 1.00 EA Estimated shipping GRAND TOTAL
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/900758594a9d4f8c9611d477f9e1b957/view)
- Place of Performance
- Address: Dept. of Veterans Affairs VA Central California Health Care System 2615 Clinton Ave., Fresno 93703, USA
- Zip Code: 93703
- Country: USA
- Zip Code: 93703
- Record
- SN06239760-F 20220212/220210230113 (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 |