SOURCES SOUGHT
65 -- Fall Monitoring System
- Notice Date
- 6/16/2023 8:48:05 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q1267
- Response Due
- 6/22/2023 1:00:00 PM
- Archive Date
- 07/04/2023
- Point of Contact
- lakeisha.white@va.gov, Lakeisha White, Phone: 601-206-6959
- E-Mail Address
-
Lakeisha.White@va.gov
(Lakeisha.White@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Network Contracting Office (NCO) 16 Request For Information (RFI) DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI. 1. Title: __Video Monitoring and Fall Prevention System____________________________________ 2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following: SALIENT CHARACTERISTICS 1. Common Nomenclature (Commercial Description) Fall Prevention Monitoring System 2. Kind of material (i.e., type, grade, alternatives, etc.) Medical grade materials that can be safely cleaned without rusting or degrading. 3. Equipment and Capabilities Shall Include all the following: A. Mobile Camera with Cart High Definition Zoom Capabilities Motion detection Night vision Microphones Speakers HDMI ports USB Ports B. Portable Ceiling mounted Cameras High Definition Zoom Capabilities Motion detection Night vision Microphones Speakers HDMI ports USB Ports Power over Ethernet cameras RFID reader to track camera location Easy removable mounted brackets, to relocate from room to room C. Nurse Station Monitor Two-way communication Audible and visual alerts Multi view LCD TVs 4. Principles of operation Shall include: In room video monitoring system allowing remote monitoring. Removable ceiling mounted cameras. Nurse station monitoring station. Mobile carts with cameras. The necessary servers, cabling, and related equipment. 5. Intended use The system shall improve patient safety, reduce patient falls, reduce patient elopements, and reduce 1:1 costs of observation for the VA. The vendor must provide rooms with an in-room video monitoring and detection parameters that are able to be manually set and adjusted by the end user. The system must include audio and visual technology to identify and notify staff, in real-time, when a patient is putting themselves at risk of falling. The system must provide an analytics dashboard, and options for in-room equipment and add- on s. 6. Equipment with which the item is used with (N/A if not applicable) Must integrate with two-way medical communication devices that are able to be programmed to page other two-way medical communication devices throughout the facility. 7. Other pertinent information that describes the item, material or service required Salient Characteristics for Software: The system Shall include all the following in submitted pricing, Manual detection parameter software for bed and chair. Real-time ability to monitor video feeds remotely. Document risk factors and log encounters through notes. Ability to communicate in multiple languages simultaneously. Document and communicate with the veteran in their primary language with the use of pre- recorded messages. Redirect veterans in their primary language with pre-recorded messages. End user ability to redirect veterans with built-in 2-way audio. Must integrate with programmable two-way medical communication devices to notify clinical staff of fall risks. Ability to sort video feeds in interface by acuity and detection parameters status, filter video feeds in interface by sitter classification and camera status, specify region of interest to zoom in while maintaining full visibility of room. Visually denote when physical sitters are in use. Ability to conduct telehealth consultations between provider / clinician and veteran. Ability to visually monitor veteran and communicate via 2-way audio. Ability to visually monitor veteran and communicate via 2-way video. Ability to monitor wireless signal strength and battery capacity. Provide standard reports to include real-time analytic dashboard Provide reports to include, clinical performance report, outcome summary report, utilization report, shift report, bed event history report, patient event history report, user performance report. Electronic Health Record (EHR) integration. West-com integration. Active Directory integration. Ability to monitor multiple facilities from centralized location. FIPS 140-2 Certified. No in-room alarms. Salient Characteristics for Hardware: Mobile, portable, and mounted HD night vision camera. Two-way audio. Prerecorded messages with multiple languages. Two (2) way video. Built-in speaker. Built-in microphones Status LCD Built-in RFID reader for syncing. Multiple USB ports. Salient Characteristics for Service: The vendor Shall include all of the following: System monitoring; software updates and licenses ; Security updates; 24/7 call center support; On-site support; System management and maintenance; Dedicated Client Success Manager; Experienced Clinical consultation for implementation and ongoing support; Training services to ensure hospital staff is qualified and capable of using the platform effectively, provided virtually or in person; Flexible installation services, including room configuration and aesthetics, networking, and training for Biomed and Plant Operations teams; Lifetime Equipment replacement warranty. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code _339112_ is __1,000 Employees__. 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA)? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 3:00pm (CST), June 22, 2023, via email to lakeisha.white@va.gov. RFI responses are due by 3:00pm (CST), Thursday, June 22, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to lakeisha.white@va.gov The subject line shall read: Fall Monitoring System Sources Sought. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Lakeisha White Lakeisha.white@va.gov Your response to this notice is greatly appreciated!
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2abb08675a924972ad3290040c756573/view)
- Record
- SN06719355-F 20230618/230616230111 (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 |