Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2023 SAM #7916
SOURCES SOUGHT

65 -- AvaSys System with Installation (or equal to)

Notice Date
7/29/2023 10:14:36 AM
 
Notice Type
Sources Sought
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1550
 
Response Due
8/11/2023 11:00:00 AM
 
Archive Date
09/10/2023
 
Point of Contact
Espinoza, Jose A., Contract Specialist
 
E-Mail Address
Jose.Espinoza3@va.gov
(Jose.Espinoza3@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541519 (size standard is $34 Million). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide GE Healthcare: Software Upgrade CVIS HL7 Order Outbound System Medical, Medical Service (Cardiology) that at a minimum meets the following salient characteristics in the Statement of Work/ Minimum Technical Requirements for the Department of Veterans Affairs Loma Linda Healthcare System Line Item Description/Part Number Quantity Unit Unit Price Amount 0001 EQUIPMENT UPGRADE: CCW 6.0 W/O RPT SW U CCW V6 to V7 UPGRADE WITHOUT RPT -eDelivery Centricity Cardio workflow Version 6 to Version 7 upgrade provides enhanced functionality for clinical and administrative users. Please refer to customer release notes detailed information. This upgrade is available for existing customers only. (Item # P1005JAED) 1 EA     0002 CCW INT ORDERS OUT The CVIS HL7 Order Outbound License enables procedural order filler messages to flow out of the CVIS database to support integrated system workflow by eliminating redundant data entry minimizing data entry error, and synchronizing systems via real-time updates. Order filler messaging can flow to GEHC Enterprise PACS and other image management systems for pre-fetching and exam detail correlation. Additionally, Outbound Order enables notification to the physician order-entry system of CVIS order generation (applicable when an order was not created on the Hospital Information System) Integration and workflow variations should be discussed with your sales teams to identify the optimal configuration for your site. ITPS services apply.  (Item # P1005R) 1 EA 0003 INVASIVE PRG MGMT SVCS (Item # W0037CD) 1 EA 0004 CVIS DATA MIGRATION DAY (Item # P005ZJ) 1 EA 0005 INVASIVE APP CONFIG DAY (Item # W0053CD) 1 EA 0006 CVIS HL7 ORDER OUT INTGR CVIS HL7 Outbound Orders Integration provides remote professional integration services administered by the GEHC ITPS Integration team to translate the CVIS order filler message to meet the Hospital Order Receiving system specifications. Services are redeemable within one calendar year of server installation or integration purchase order; whichever is later. (Item # P1004RK) 1 EA 0007 INVASIVE HL7 CUSTOMER INT SVC Invasive HL7 Customer Int SVC provides one (1) hour of GE Invasive HL7 Integrator support for non-standard or post-production customer interface requests that are not already included in another purchased Integration Services catalog. The Invasive HL7 Integrator will assess the customer s request and determine the quantity of units that need to be quoted to complete the custom project. (Item # P1716HC) 6 EA 0008 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 (Item # W0330CD) 2 EA TOTAL   Include shipping cost on the items price. Vendor Requirements: Period of Performance is within 30 days after award. (PLEASE ADVICE IF MORE TIME IS NEEDED) Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics in the Statement of Work (SOW). Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. STATEMENT OF WORK (SOW) 1. GENERAL: VA Long Beach Healthcare System requires a innovative telesitter monitoring system for patient care at the locations Nursing Home-Community Living Center CLC. The contractor shall provide all labor, personnel, equipment, tools, materials, supervision, and other items and provide all services stated in this Statement of Work (SOW). 2. BACKGROUND: VA Long Beach Healthcare System innovative telesitter monitoring system for patient care. 3. PERFORMANCE REQUIREMENTS: a. Location Contents Nursing Home-Community Living Center CLC Room: 1206, 1207, 1210, 1211, 1212, 1213, 1306, 1307, 1310, 1311, 1312, 1313, 1406, 1407, 1410, 1411, 1412, 1413, 1506, 1507, 1510, 1511, 1512, 1513, 2310, 2311, 2312, 2510, 2511. 2512, 3310, 3312, 3314, 34 Telesitter system The Contractor shall provide all labor, personnel, equipment, tools, materials, supervision and other items and services necessary provide innovative telesitter monitoring system for patient care to the VA Long Beach Healthcare System, CA Facility (VALBHS) 5901 E. 7th Street, Long Beach, CA 90822. Include all maintenance upon request from VALBHS Facilities Management. 4. EQUIPMENT: Innovative telesitter system to assist and keep patients safe to help prevent patient falls etc. with continuous video monitoring device, mobile device, portable wall device, or permanent device in the ceiling of the patients room. 5. AREAS TO BE MAINTAINED: Nursing Home-Community Living Center CLC Room: 1206, 1207, 1210, 1211, 1212, 1213, 1306, 1307, 1310, 1311, 1312, 1313, 1406, 1407, 1410, 1411, 1412, 1413, 1506, 1507, 1510, 1511, 1512, 1513, 2310, 2311, 2312, 2510, 2511. 2512, 3310, 3312, 3314, 34. 6. Hours of Coverage: Normal hours of coverage will be Monday through Friday from 7:00am to 7:00pm, excluding federal holidays. All service/repairs will be performed during stipulated hours of coverage unless requested or approved by Supply Chain Service Distribution Supervisor or management. SPECIAL WORK REQUIREMENTS: Upon the delivery of telesitter system, contractor shall provide a signed, legible, written/typed/printed receipt to the OIT and Biomedical Engineering Department Facilities Management Team indicating the date of delivery. The contractor shall take all necessary precautions to prevent damage to any government property. SALIENT CHARACTERISTICS Must provide a minimum standard one-year warranty Must be able to provide hardware ceiling tile mount and wall mount Must have a minimum of 40 format monitors for the workstation station Must have a USB Keyboard and USB Optical Scroll Mouse Must have a minimum of a 1 Gbps ethernet encryptor Must have a wireless/remote option Must have a video camera with tilted zoom and 2-way audio Must have a removable power cord. Must have a spare part kit that consists of earpieces, cleaning cloths, disposable ear covers for headsets, a headset, and a headset USB adapter. SERVICES MUST BE PROVIDED BY VENDOR Telephone Technical Support: Telephone assistance must be provided 24/7, 365 days a year. Parts: The vendor must supply, at its own expense, necessary factory-certified equipment manufactured parts, provided that replacement of the parts is required because of normal wear and tear, or outright failure or as otherwise deemed necessary by the contractor. Hardware and software upgrades will be scheduled and performed during normal working hours, at no additional charge to the VA. These upgrades are those required for the correct function of the system; not those purchased to enhance function. Labor: The vendor will provide all labor associated with the repair of the equipment and PMIs covered under the contract agreement. Inadequate or improper repairs performed by the contractor will be correctly repaired at a time convenient to the VA at no additional expense to the VA. There will be no limitation to the number of labor hours provided within the stipulated timeframes of contract coverage. Response Times: Vendor will acknowledge requests by telephone for service within two (2) hours. Contractor will be on site within forty-eight (48) hours of telephone acknowledgement of service request as stipulated in paragraph d. The contractor will always contact Biomedical or the Nursing Home Nurse Manager before and after arrival at the site. Documentation: Vendor will provide individual written service reports which describe services performed on the equipment (in sufficient detail to be acceptable to the field inspectors of The Joint Commission). The following information must be provided in each service report: 8.15.1.) Date of service 8.15.2.) Summary of problem and action taken 8.15.3.) Parts replaced 8.15.4.) Labor hours 8.15.5.) Travel time 8.15.6.) Equipment serviced (description, Equipment ID #, serial number, etc.) 8.15.7.) Purchase order number 9. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS: The contractor's employees shall always wear visible identification while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited on the premises of the VA facility. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, and shall NOT be removable to a local district, state, or municipal court venue. 10. REFERENCE/REQUIREMENTS: The requirements of the following references must be always met: a. VA Directive 7343, Utilization of Personal Property. b. VA Directive 7345, Sale, Abandonment, or Destruction of Personal Property, and Utilization. c. VA Directive 7346, Utilization and Disposal of Personal Property Pursuant to Exchange/Sale Authority. 11. PROTECTION OF GOVERNMENT PROPERTY: During work execution, the Contractor shall take special care to protect Government property including interior and exterior buildings, furniture, walls, baseboards, and other surfaces. Damage resulting from Contractor operations shall be repaired by the Contractor, including painting, refinishing, or replacement (if necessary), at no additional cost to the Government. 12. PERMITS AND RESPONSIBILITIES: The Contractor shall, without additional expense to the Government, be responsible for obtaining any necessary licenses and permits, and for complying with any applicable Federal, State, and Municipal laws, codes, and regulations in connection with the prosecution of the work. Contractor shall be similarly responsible for all damages to persons or property. Contractor shall take proper safety and health precautions to protect the work, the workers, the public and the property of others. Contractor shall also be responsible for all materials delivered and work performed until completion and acceptance of the entire work. Contractor shall furnish proof of guaranteed available disposal privileges with their quote. Once contract award has been made, the VA reserves the right to request proof of guaranteed available privileges from the Contractor at any time during the contract period. All costs associated with the disposal facility shall be included in the unit prices proposed by the Contractor. 13. ADMINISTRATION 13.1. Accident Reporting: In the event an accident occurs on the Department of Veterans Affairs property or involving Government personnel or property, the contractor shall contact the VA Police immediately. A report shall be provided to the Contracting Officer and POC in writing that shall include the following: (1) the time and date of occurrence; (2) the place of occurrence; (3) a list of personnel directly involved; and (4) a narrative or description of the accident to include chronological order of the accident and circumstances; (5) Corrective action to prevent future occurrences. 13.2. Federal Holidays: The Vendor is not required to provide service on the following National holidays, nor shall the Vendor be paid for these holidays. The following national holidays observed by the Federal Government: New Year s Day (1 January) Martin Luther King s Birthday (Third Monday in January) President s Day (Third Monday in February) Memorial Day (Last Monday in May) Independence Day (4 July) Labor Day (First Monday in September) Columbus Day (Second Monday in October) Veterans Day (11 November) Thanksgiving Day (4th Thursday in November) Christmas Day (25 December) If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by U.S. Government agencies. Also included would be any day specifically declared by the President of the United States. 3. PERIOD OF PERFORMANCE: 60 Days after Award 4. PLACE OF PERFORMANCE: VA Long Beach Healthcare System, 5901 E. 7th Street, Long Beach, CA 90822. ------------------------------------------------------------------------------------------------------------------------------------------ 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 can provide 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 indicates 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), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics/Minimum Technical Requirements being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Jose.espinoza3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 06/01/2023, at 11:00 AM PST. Please submit any questions or concerns via email to Jose.espinoza3@va.gov no later than 05/25/2023. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference (RFI), GE Healthcare: Software Upgrade CVIS HL7 Order Outbound System Medical, Medical Service (Cardiology).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/76bf8a6bffae43e1bd5db0a967a378dc/view)
 
Place of Performance
Address: Department of Veterans Affairs Long Beach VA Healthcare System 5901 E. 7th Street, Long Beach 90822
Zip Code: 90822
 
Record
SN06768953-F 20230731/230729230038 (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.