Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2024 SAM #8202
SOURCES SOUGHT

65 -- Replacement Hemodynamic Monitoring System

Notice Date
5/10/2024 1:52:53 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26224Q1156
 
Response Due
5/22/2024 11:00:00 AM
 
Archive Date
06/21/2024
 
Point of Contact
Espinoza, Jose A., Contracting Specialist
 
E-Mail Address
Jose.Espinoza3@va.gov
(Jose.Espinoza3@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing 3. Interested and capable Contractors are encouraged to respond to this notice not later than May 22th, 2024, at 11:00 am PDT, by providing the following information via email only to Jose.Espinoza3@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the clinical surveillance software product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the clinical surveillance software product that you intend to provide for this procurement. If you intend to provide a Hemodynamic Monitoring System product manufactured by a company other than your own, state the name of the company whose clinical surveillance software product you intend to provide, the country of origin for the clinical surveillance software product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the Hemodynamic Monitoring System that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating if your Hemodynamic Monitoring System that you intent to provide for this procurement was assessed by VA Technical Reference Model Management Group and currently approved for use in the VA. (l) Statement indicating how many calendar days you estimate it would take you to implement, configure, and validate the Hemodynamic Monitoring System that you intend to provide for this procurement in a medical center similar to the VA Medical Center. (m) General pricing for your products/solutions for market research purposes. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE CLINICAL SURVEILLANCE SOFTWARE AND SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. 6. Small Business respondents. (a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. (c) Please note that if VA s pending market research establishes that two or more verified VOSB or SDVOSB can provide the services required, VA will set aside the underlying solicitation per 38 U.S.C. §8127. --End of Sources Sought Announcement-- 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. STATEMENT OF WORK (SOW) Hemodynamic Monitoring System 1. Contract Title Replacement and Upgrade of current Hemodynamic Monitoring System within Cardiology Division/Catherization and Clinical Electrophysiology Lab 2. Background Contract is required for the replacement and Upgrade of current Hemodynamic Monitoring System within Cardiology Division/Catherization and Clinical Electrophysiology Lab. 3. Scope VAGLAHS intends to solicit and award a contract for the replacement and Upgrade of current Hemodynamic Monitoring System within Cardiology Division/Catherization and Clinical Electrophysiology Lab. Location of installation and removal: VAGLAHS, West Los Angeles, Building 500, Room 4415; 11301 Wilshire Blvd. Los Angeles, CA 90073. From the date of issuance of a purchase order, an estimated performance period for this contract is between 6-10 weeks which include: XPER IM EXTENSIONS Install Cable Kit-Ctrl Rm for CI; 989801201019-2 OnSite Training Professional Services; 989801202052 Remote Training Professional Services; 989801202053-2 OnSite Implementation Professional Svs; 989801202054-1 Remote Implementation Professional Svs; 989801202055-2 Xper Weekend Upgrade Services; 989801200737 Virtual Xper IM Key User Course; 989801202116-2 Hemo with X3 Solutions X3 Table Mount; FIT4421 100 Feet Video Extension; FIT4433 Ph Hemo Split PC CR Add-on; FIT4334 XDS Workstation Upgrade; FIT4219 Active DVI Splitter; FIT4429 24'' Med Grade LCD PH Hemo; FIT4155 Rolling Stand X3; FIT4463 Xper FC FL Upg to Hemo X3 CR; FIT4409 X3 Fast SPO2 Covidien ETCO2; FIT4443-1 Microstream cables; FIT4457 4. Specific Tasks-Deliverable Product Contractor Responsibilities Project Manager The Project Manager is responsible for all Philips aspects of the implementation project including: Single point of contact within Philips for all aspects of the implementation Collaboration with facility management in the execution of the project Manage and control all aspects of the Philips project throughout the lifecycle Develop Project Plan and Schedule Monitor deviations from the established project plan and establish corrective measures Review performance against established schedule and budget Manage resources Assistance to the Client Project Manager with facility readiness Organization of clinical activities with the Application Consultant Implementation Specialist The Implementation Specialist is responsible for: Installation, configuration, and system testing of Philipsprovided equipment System administration training Applications Consultant The Applications Consultant: Collaborates with Project Team to deliver training and consultation services related to deliverables Designs/Executes training plans Consults, guides, and trains customers on system configuration and decisions to support future state workflow HL7 Interface Specialist The HL7 Interface Specialist works with the customer integration specialist remotely to prepare the HL7 interface broker. Customer Responsibilities Project Sponsor The Project Sponsor assumes the following key responsibilities: Create conditions that enable the project organization to function in the most efficient manner Address schedule and budget changes Make decisions regarding issues Approve final deliverables Communicate project status to stakeholders Project Manager The Project Manager: Is the day-to-day liaison with the Philips Project Manager Responsibilities are to provide detailed project management. Is the prime resource for working across the various organizations that will need to participate in the implementation. Is the Client contact for scheduling all Client resources for the project. Physician Champion The Physician Champion assists with the following activities: Template formatting (determining the header, footer, and body template outline) Final acceptance for the template reviews System Administrator The System Administrator: Is responsible for all aspects of system operation including startup, shutdown, backup, and troubleshooting. Must know DICOM protocols, TCP/IP networks, operating systems, and middleware used by these products. Must understand the business processes and the integration between clients Provides first-line troubleshooting Construction and remodeling are completed Performs maintenance as described in the product documentation. Network Specialist The Network Specialist is responsible for : Ensuring the network is installed, configured & tested, per Philips specifications. Ensuring network connectivity from the client meets the minimum requirements. Designating IP addresses and Host Names for the workstations, servers, and modalities. Facility Contact Facility contact is responsible for ensuring that all locations receiving equipment have: Construction and remodeling are completed Space, furniture, and/or shelving for the Philips equipment Proper environmental conditions for the Philips equipment Proper power and network drops Clinical User Department The Clinical User Departments facilitate: Workflow design Reporting application design and configuration (for Echo) Identifying 'Super Users' Facility planning (workstation locations, etc.) Equipment requirements (workstation type and configuration) Training requirements Development of new policies and procedures for the Philips Clinical Informatics System Conversion and activation planning Collaboration with clinical validation testing Clinical or Biomedical Engineering The clinical or Biomedical Engineering representative facilitates the connection of modalities to the Philips Clinical Informatics System. This includes: Scheduling 3rd party modality vendor field engineering personnel to configure and test modalities Obtaining AE titles and IP addresses for modalities Scheduling modality downtime for configuration and testing Developing and executing modality connectivity test plan Integration Specialist The Integration Specialist provides the expertise to work with the enterprise integration engine, the Philips interface gateway, and the client's HIS to maintain a consistent flow of data between systems. They are responsible for the following: Ensure the HIS system has all the functionality required to send orders, results, and scheduling information in HL7 format to the Philips interface gateway. Work with the Philips Technical Consultant or Lead Installer to implement the interface between Philips Clinical Informatics System and the HIS Assist with the HL7 mapping process Developing and executing enterprise integration test plan Participate in verification and validation testing 5. Performance Monitoring The COR shall use direct observation which will be performed post-installation and make inquiry to the Dialysis Unit staff to ensure the new RO system is in full operation mode and without issues. a. ACCEPTABLE PERFORMANCE The Government shall document positive performance. Any report may become a part of the supporting documentation for any contractual action. b. UNACCEPTABLE PERFORMANCE When unacceptable performance occurs, the COR shall inform the contractor. This will normally be in writing unless circumstances necessitate verbal communication. In any case the COR shall document the discussion and place it in the COR file. When the COR determines formal written communication is required, the COR shall prepare a Contract Discrepancy Report (CDR), and present it to the contractor's program manager. The contractor shall acknowledge receipt of the CDR in writing. The CDR will specify if the contractor is required to prepare a corrective action plan to document how the contractor shall correct the unacceptable performance and avoid a recurrence. The CDR will also state how long after receipt the contractor has to present this corrective action plan to the COR. The Government shall review the contractor's corrective action plan to determine acceptability. Any CDRs may become a part of the supporting documentation for any contractual action deemed necessary by the CO. 6. Security Requirements Vendor will not have access to VA Sensitive Information, patient records, or data. For repairs or services performed during normal business hours at VAGLAHS, West Los Angeles. Contractors shall sign-in and obtain a badge and return the badge at the end of the day. submit a written service report outlining the services performed and completed to include location and parts used. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The VAGLAHS, West Los Angeles will not furnish parts and/or test equipment for the performance of this contract. It is the responsibility of the contractor to bring the appropriate equipment; and/or supplies necessary to complete the work as required within. 8. Other Pertinent Information or Special Considerations. All work shall be performed by personnel qualified to work on the specific equipment. All work performed shall be compliant with AAMI and CMS guidelines and shall be designed to assure that the removal of the old RO system and installation of the new RO system will be completed in six months from the date of the purchase order is issued. 9. Place of Performance All work on the installation of the new RO system are to be performed at VAGLAHS, West Los Angeles, Building 500, Room 6004 10. Period of Performance All work for this contract must be completed between 6-10 weeks from the date when the purchase order is issued. 11. National Holidays New Year s Day January 01 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19th Independence Day July 04 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 If the holiday falls on a Sunday, the following Monday will be observed as a National holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National holiday by U.S. Government Agencies, and any day specifically declared by the President of the United States of America. 12. OVERTIME & HOLIDAY PAY: Any overtime and/or holiday pay that may be entitled to the Contractor s employees shall be the sole responsibility of the Contractor and shall not be billed to nor reimbursed by the Government. Contractor will bill and be paid for actual services provided by Contractor personnel. Contractor will not be paid for availability or on-call services unless otherwise provided herein. 13 . BADGE Contractor shall obtain a Contractor I.D Badge from the VA Police. All Contractor personnel are required to wear I.D Badge during the entire time on VA facility. The I.D Badge MUST have an identification picture and shall state the name of the individual and the company represented. 14. PARKING It is the responsibility of the contract personnel to park in the appropriate designated parking areas. Parking information is available from VA Police & Security Service Office. The Contractor assumes full responsibility for any parking violations. 15. SMOKING Contractor personnel may smoke only in designated areas or off the grounds of the Facility. It is the responsibility of the VISN 22 Healthcare Facilities to provide a safe and healthful environment for employees and patients and to serve as a leader in community health awareness and education. It is in fulfillment of this obligation that the facilities are committed to the establishment of a smoke-free environment. This policy applies to every location in the Healthcare Facilities. There shall be no smoking within 25 feet of all entrances to buildings. Smoking is allowed in all outside areas that are 25 feet away from entrances to buildings unless indicated otherwise. Enclosed patios connected to facility buildings are considered part of the building and as such are non-smoking areas. 16. ADP SECURITY Protection of Computer Equipment, confidentiality of patient information, and the integrity of computer software/data at all Healthcare Facilities are essential. Software installed on each PC is copyrighted and copy of software for use elsewhere is prohibited. In the event of a possible security violation, the Healthcare Center s ADP Security Committee shall investigate and recommend corrective action to the appropriate agency. 17. INSURSNCE COVERAGE The Contractor agrees to procure and maintain, while the contract is in effect, Workers Compensation and Employee s Public Liability Insurance in accordance with Federal and State of California and/or Nevada laws. The Contractor shall be responsible for all damage to property, which may be done by him, or any employee engaged in the performance of this contract. The Government shall be held harmless against any or all loss, cost, damage, claim expense or liability whatsoever, because of accident or injury to persons or property of others occurring in the performance of this contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8408b820a1b740af96c39c80764828c3/view)
 
Record
SN07060501-F 20240512/240510230046 (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.