Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2022 SAM #7532
SOURCES SOUGHT

65 -- Request for Information: Medical Emergency Alert Devices

Notice Date
7/13/2022 7:32:03 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G22Q0116
 
Response Due
8/5/2022 12:00:00 PM
 
Archive Date
09/04/2022
 
Point of Contact
Betsy L Lawrie, Contract Specialist, Phone: XXX-XXX-XXXX
 
E-Mail Address
Betsy.Lawrie@va.gov
(Betsy.Lawrie@va.gov)
 
Awardee
null
 
Description
Page 1 of Page 1 of Page 1 of Page 1 of THIS IS A REQUEST FOR INFORMATION AND COMMENT. This is not a request for offers, quotes, or proposals and in no way does this notice represent a commitment by the Government to issue a solicitation or award a contract. Any information provided in response to this notice is solely for market research purposes. The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) on behalf of the Veterans Health Administration (VHA) Prosthetics Sensory Aid Service (PSAS) is issuing this request for information and comment as a form of industry engagement to solicit industry feedback on the attached DRAFT Statement of Work (SOW) in support of a requirement for the establishment of the Medical Emergency Alert Devices (MEAD). Industry feedback and comments received will contribute to determining the method of procurement and any final SOW issued for this requirement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339113. The Product Service Code is 6515. Medical Emergency Alert Devices The Department of Veterans Affairs (VA) is looking to procure a medical emergency alert device system that provides emergency monitoring in and out of the home. These devices signal an emergency requiring urgent attention by calling emergency medical personnel. In addition, the device provides an option, in which users can also use the device to alert family members, caregivers, designated emergency contact, local first responders such as the police, ambulance, emergency medical services or first responders. The device will offer the user a level of independence, early intervention, and peace of mind with one simple step.   Industry Feedback Request for Information and Comment The VA is providing the attached DRAFT SOW for industry review and comment. If your organization has interest in participating and has the potential capacity to supply the products and/or provide the distribution services identified under the anticipated scope, please provide any comments/questions/feedback you may have as it pertains to the DRAFT SOW and the categories listed therein. Interested parties should submit a capability statement on the following information: Business Size: Type of Business of Prime Contractor (Check all applicable boxes) Large Small (check type of Small Business below, if applicable)   Small Disadvantaged Business (SBA Certified)   Women-Owned Small Business   HUB Zone Small Business (SBA Certified)   Veteran Owned Small Business*   Service Disabled Veteran Owned Small Business*   8(a) Small Business (SBA Certified) *If SDVOSB or VOSB indicate if your company is certified in VetBiz (www.vip.vetbiz.gov) repository. Does your company maintain any Schedule Contracts (e.g., GSA, GWAC etc.)? If so, list where the required supplies are offered (please provide the contract number, expiration date, and Government point of contact). Are you a distributor or a manufacturer? Review the attached Statement of Work (SOW) and Minimal Technical Requirements (MTR) listed in the SOW on page 5. Identify the type of Medical Emergency Alert Devices offered and manufacturer name. Can you support delivery to VA facilities and directly to the Veteran (patient)? Can bulk purchases be made of the devices? Do you provide package tracking when shipping? What is the average shipping time? Do you provide assistance for set-up of initial operation after the device has been shipped? If so, how long does the customer have to receive the set-up assistance after the device is received? Is there a separate carrier fee required for service? Are there connection fees? If the item is lost or damaged, do you charge another connection fee? Is the device waterproof or water resistant? Describe the difference between waterproof and water resistant. Describe what the device can endure when it is exposed to water. How do you manage recall of the device? Provide any suggestions, updates or recommendations to the Medical Emergency Alert Device Statement of Work. ** Do not forward compress (zip) proposal files. zip file extensions will be permanently stripped from email traffic and will not be recoverable. ** All interested parties should submit responses/feedback NLT 3:00PM, Friday August 5, 2022. Please send all submissions to the following POCS: Betsy Lawrie Betsy.Lawrie@va.gov Contract Specialist Shemika Wray - Shemika.Wray@va.gov Contracting Officer Brian Love Brian.Love@va.gov Contracting Officer Page 1 of Page 1 of STATEMENT OF WORK (SOW) Medical Emergency Alert Devices INTRODUCTION The U.S. Department of Veterans Affairs (VA), Prosthetics Sensory Aid Service (PSAS) requires the acquisition of Medical Emergency Alert Devices (MEAD). The intent of this action is to streamline the purchase of MEADs to Veterans throughout the VA health care system. The Veterans Health Administration (VHA) manages the United States largest integrated healthcare system, providing care at 1,298 healthcare facilities, including 171 medical centers and 1,113 outpatient sites of care of varying complexity (VHA outpatient clinics), serving 9 million enrolled Veterans each year. The objective of this procurement is to ensure availability and consistency of the device nationwide and to obtain volume-based standardized pricing by establishing an enterprise-wide Indefinite Delivery Indefinite Quantity (IDIQ) contract. VHA desires to continue the practice of achieving cost avoidance while simultaneously balancing clinician considerations for obtaining quality medical supplies. SCOPE OF WORK The offeror shall provide an uninterrupted supply of products and delivery of MEADs as specified in (where). The offeror shall conduct business operations that adhere to all applicable Federal, State, and local laws and regulations. The offeror shall provide instruction manual(s) for each Medical Emergency Alert Device offered. Must be written in English and Spanish. The offeror will provide Toll Free Customer Service number from 8:00 am Eastern to 5:00 pm Pacific.  The offeror shall provide device warranty for a minimum of one (1) year. The offeror shall offer a Medical Emergency Alert Device Replacement (MEAD) option for when the item is still under warranty and after the warranty is expired. All damage MEAD within the warranty period with be replaced at no cost to the veteran or the VHA. DESCRIPTION OF SUPPLIES The commodity to be acquired is a Medical Emergency Alert Device which meets the minimum technical requirements as described below. The device shall also include a one-time lifetime service charge which provides lifetime monitoring and activation, a device warranty, and a toll-free customer service number available from 8:00am EST to 5:00pm PST. MINIMUM TECHNICAL REQUIREMENTS PRODUCT PRODUCT DESCRIPTION Medical Emergency Alert Devices Minimum availability in 4G mobile functionality across the United States   Shall include one-button push connection feature Shall include auto-fall detection capability   Shall include 911 call functionality  Shall include minimum 3 additional contact allowance (exclusive of 911)  Shall include unlimited minutes Shall include GPS functionality   Shall include built in speaker and microphone feature   Shall include wearing accessories  Shall be water-resistant  Shall have a minimum battery life of 7 days  Shall include charging accessories  Shall include AC port and AC adapter for use in United States and US territories standard power outlet.  Shall come with written (pamphlet) setup instructions in both English and Spanish REQUIRED DOCUMENTATION 510(k) Premarket Notification Approval  PERIOD OF PERFORMANCE   The period of performance will be 5-years which consists of an ordering period of one (1) base year of 12 months and four (4) 12-month option years.   ORDERING  TBD   DELIVERY REQUIREMENTS  Standard Delivery:  Delivery shall be directly to Veteran within the Continental United States (CONUS) and Outside the Continental United States (OCONUS):  Delivery shall be FOB destination to the address indicated on the delivery order.   Deliveries will be shipped using a mail tracking system to identify location and proof of delivery. The contractor shall retain proof of delivery and shall provide the information upon request from the VA.    Regular deliveries shall be made within 7 business days after receipt of a delivery order and expedited delivery within 3 business days.    The Government acceptance of all delivery orders shall take place at the delivery point.     Alternate Delivery: To meet the needs of Veteran patients across the VA healthcare system, there may be times the local PSAS will require delivery to an alternate location.   Alternate delivery shall only be used when the need arises to ship prescribed item(s) to other than the local medical center or Community Based Outpatient Clinics (CBOC). The local PSAS office will create a delivery order, to include the address to where the item(s) are to be shipped.  This order can be placed by the local VAMC in the most economical manner they deem fit (i.e., GPC or delivery order).     Alternate delivery procedures shall safeguard Protected Health Information (PHI) and Personally Identifiable Information (PII). The Department of Veteran defines personally identifiable information as: information which can be used to distinguish or trace an individual's identity, such as their name, social security number, biometric records, etc. alone, or when combined with other personal or identifying information which is linked or linkable to a specific individual, such as date and place of birth, mother s maiden name, etc.""    Protected Health Information:  Protected Health Information (PHI) is a subset of Health Information, including demographic information collected from an individual, that: (1) is created or received by a health care provider, health plan, or health care clearinghouse (e.g., a HIPAA-covered entity, such as VHA); (2) relates to the past, present, or future physical or mental condition of an individual, or provision of or payment for health care to an individual; and, (3) identifies the individual or where a reasonable basis exists to believe the information can be used to identify the individual.  NOTE: VHA uses the term PHI to define information covered by the Privacy Act and the Title 38 confidentiality statutes in addition to HIPAA.   The HIPAA Privacy Rule defines Protected Health Information as PII transmitted or maintained in any form or medium by a covered entity, such as VHA.  NOTE: VHA uses the term protected health information to define information that is covered by HIPAA but, unlike PII, may or may not be covered by the Privacy Act or Title 38 confidentiality statutes. In addition, PHI excludes employment records held by VHA in its role as an employer.    Personally Identifiable Information:  Personally Identifiable Information (PII) is any information pertaining to an individual that is retrieved by the individual s name or other unique identifier, as well as PHI regardless of how it is retrieved. PII is a subset of personally identifiable information and is protected by the Privacy Act.     PRODUCT REMOVAL OR RECALL   For any product awarded under this contract removed or recalled by the manufacturer due to defects in the product or potential dangers to patients, or if any required removal or recall is suggested or mandated by a regulatory or official agency, the manufacturer agrees to take following steps immediately:     Notify the Contracting Officer (CO) at the Strategic Acquisition Center in writing, by the most expeditious manner possible.   Provide copies of the notification to CO, Contracting Specialist, Contracting Officer Representative, and Manager at Product Recall Office, all Agencies and VA Facilities who purchased the product, which include, but not be limited to the following:   (1) Complete item description and/or identification, order numbers from customers and the contract number assigned as a result of an issuance on the solicitation.   (2) Reasons for modifications, removal or recall; and   (3) Necessary instructions for return for credit, replacement or corrective action.     A copy of the notification will be provided to:  Manager, Product Recall Office   National Center for Patient Safety   Veterans Health Administration   24 Frank Lloyd Wright Drive  Ann Arbor, MI 48106    REPORTS    To track compliance, VA requires the contractor to submit the quarterly sale report (QSR) in the approved format listed in Attachment X- IDIQ Quarterly Sales Reporting (QSR) Tool.  The QSR shall include the Contract Line-Item Number (CLIN), description of item, part number, quantity sold, unit cost and station location. The QSR shall be submitted in accordance with the Government fiscal calendar year. See below:      QUARTER  PERIOD OF SALES  SUBMISSION DUE DATE  1st  October December   Due last day in January  2nd  January March   April 30th    3rd  April June  July 30th    4th  July September   October 31st      The contractor agrees that they shall adhere to this requirement. The contractor shall provide a QSR, after the end of each fiscal quarter ending December, March, June, and September and no later than the submission due dates.      Reports shall be sent electronically to the SAC IDIQ Government points of contact, Contract Specialist and Contracting Officer identified in section B.X and VA Program Advisory Services (PAS) at VA003B1DEmp@va.gov; until the contractor is notified, in writing, of a different point of contact.      The contractor shall identify the remittance amount and submit the QSR to CO and CS for review prior to remitting the Service Level Agreement (SLA) fee in pay.gov. See Section C, SAC XX- SAC Service Level Agreement Fee.     INFORMATION SECURITY CONSIDERATIONS  TBD CONTRACT MODIFICATIONS AND PRICE ADJUSTMENTS  The CO is the only person authorized to modify the contract.  Any changes to the terms and conditions of the contract shall be accomplished via bilateral modification. 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. In accordance with 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b4e62183cd144a6fa9645212c00fe3c6/view)
 
Place of Performance
Address: OPAL Strategic Acquisition Center (SAC) 10300 Spotsylvania Ave STE 400, Fredericksburg 22408-2697
Zip Code: 22408-2697
 
Record
SN06388195-F 20220715/220713230110 (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.