SOURCES SOUGHT
65 -- Telesitter Carts
- Notice Date
- 3/4/2024 11:03:47 AM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0747
- Response Due
- 3/11/2024 10:00:00 AM
- Archive Date
- 04/10/2024
- Point of Contact
- Peter Kim, Supply 4 Chief, Phone: (562) 766-2203
- E-Mail Address
-
peter.kim33@va.gov
(peter.kim33@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources-sought notice must be in writing. The purpose of this sources-sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. After review of the responses to this sources-sought, a solicitation announcement may be published. Responses to this sources-sought synopsis are NOT considered adequate responses for a solicitation announcement. The Veteran s Integrated Service Network 22 is seeking a contractor to provide tele-sitter virtual patient monitoring systems to optimize patient safety and increase Nursing Assistant hours on the inpatient units. This requirement is for the VA San Diego Healthcare System located at 3350 La Jolla Village Drive, San Diego, CA 92161. VA San Diego is requesting contractors to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. The equipment features are essential to the technical requirements to meet the need of department along with staffing requirements. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: M0508TS CAREGILITY IOBSERVER carts or equivalent Proposed system must be a continuous observation solution that leverages purpose-built audio-video endpoints to enable remote observation of multiple at-risk patients, including those with behavioral or physiological needs who typically require a one-to-one sitter in the patient s room. Proposed system must provide continuous visualization of up to 12 at-risk patients in any location on a single monitor. All rooms must remain in full visual mode on the observation screen when any interaction or notification is taking place, with each patient room s video connection remaining private and secure. Mobile carts must go through all necessary testing to be approved software on the VA Technical Reference Model (TRM). Mobile cart must have high-definition cameras with at least HD 720P video resolution. Mobile carts must have at least a 32 monitor to clearly see patients. Mobile carts must be at least 6 ft tall and have 4 castors. Mobile cart cameras must tilt up 45 degrees and down -90 degrees. Mobile cart cameras must be able to pan the room by making a 360-degree turn remotely. The VAMC network configuration must be able to be applied to mobile carts Mobile carts must have detachable cameras, monitors, and speakers in case those parts require replacement. Mobile carts must have a battery pack attached in case an outlet is not available. Mobile carts must have cart dimensions of at least 29.75 W x 24.5 D x 75.6 H and weigh at least 67 lbs. or 30.4 kg. Mobile carts must have the capability to connect to VAMC wireless network. Mobile carts must have the capability to connect to a virtual care platform and perform the following: To monitor patients Collect pertinent data. Mobile carts must have speakers and microphones to perform the following: Hear an alarm button. Clear communication between patient and observer Clear communication from staff and family members Mobile cart camera must have a night vision bar that expands across the monitor screen. Mobile cart must have a push handle on the cart for easy movement from room to room. Mobile carts must have an attached 3-prong power cord compatible with a basic power plug Mobile carts must have the ability to have two-way virtual communication, so patients can view the observer. Mobile cart cameras must be able to zoom in and out without losing clarity to a remote workstation computer. Mobile carts must have an on/off button on the monitor. Mobile carts must be able to be wiped down with hospital PDI wipes. Quantity: 10 FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above. SOFTWARE: CAREGILITY APS SOFTWARE or equivalent INSTALLATION AND TRAINING: INSTALLATION AND TRAINING ARE REQUIRED. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. If you are interested and are capable of providing the required product(s) please provide the following information. (1) Company Name, Address, Point of Contact (2) 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), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 334290, Other Communications Equipment Manufacturing? (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Please provide general pricing for your products/solutions for market research purposes. (7) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. (8) Any proposed items must comply with the Buy American Act The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. Responses to this notice shall be submitted via email to peter.kim33@va.gov . Telephone responses will not be accepted. Responses must be received no later than 3/11/2024 10:00 AM PT. After review of the responses to this sources-sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources-sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources-sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a07852eca03542fbbce77250741aa9b7/view)
- Place of Performance
- Address: VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161, USA
- Zip Code: 92161
- Country: USA
- Zip Code: 92161
- Record
- SN06985195-F 20240306/240304230049 (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 |