SOURCES SOUGHT
J -- Philips Intellivue MX System Upgrade
- Notice Date
- 1/8/2026 10:19:37 AM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0263
- Response Due
- 1/15/2026 10:00:00 AM
- Archive Date
- 02/14/2026
- Point of Contact
- Ositadima Ndubizu, Contract Specialist Intern, Phone: (562) 766-2252
- E-Mail Address
-
ositadima.ndubizu@va.gov
(ositadima.ndubizu@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 oblige 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. Northern Arizona Healthcare System located at 500 AZ-89, Prescott, AZ 86315 is seeking a contractor to upgrade its existing Philips Medical Systems IntelliVue MP-series physiological monitoring devices. The MP series of bedside physiological monitors have been deemed end of life by Philips Medical Systems and are no longer supported. This upgrade shall upgrade NAVAHCS to the latest revision of MX series continuous patient monitors that are supported and shall extend the life of all necessary infrastructure throughout the facility. 1. Scope. The upgrade is specific to NAVAHCS. The vendor is to provide all materials, labor, tools, and services to configure, install, test, and certify all upgraded and replacement MP series physiological monitors and associated infrastructure. Awardee to be held to the following standards: Vendor to upgrade all necessary Philips MP series monitors to currently supported MX series with the latest revision of Philips continuous patient monitoring. Infrastructure provided by vendor to be latest readily available software and shall be compatible with current infrastructure at NAVAHCS. The awardee will be the appropriate point of contact (POC) for NAVAHCS project manager inquiries. The recipient shall disseminate any discrepancies to subcontractors that they appoint. Awardee to decide necessary deadlines with subcontractors, and if any complications arise, they shall convene with local Healthcare Technology Management (HTM) for appropriate action. Once appropriate action has been decided, awardee to disseminate information to all affected parties prior to conducting work with reflected changes and deadlines, including updated campus maps with accurate network infrastructure. Vendor shall verify locations at NAVAHCS that require network connectivity while conducting a pre-implementation walkthrough prior to assigning vendor/subcontractor onsite work. Once onsite walkthrough has been completed, awardee to provide necessary topological maps of necessary locations (with accurate building/room number) that require network infrastructure with detailed distances (in feet) between buildings and rooms prior to implementation. Awardee to coordinate walkthrough with appropriate HTM/OIT (local) for necessary network related capabilities at least one month in advance. If any department/area does not have Philips dedicated network infrastructure, awardee/subcontractor shall provide necessary network capabilities in accordance with the quote provided at no additional cost. Clinical user training is required for all necessary departments that have transitioned from MP to MX series Philips Monitors with onsite training. If certain personnel cannot attend, vendor to provide training through a web-based video portal. Once HTM provides appropriate POCs for each department it is up to the awardee to coordinate with each individual department POC for onsite training. Vendor to dispose of any waste accumulation during implementation. Vendor shall disseminate with appropriate subcontractors that NAVAHCS will not be accountable for waste removal, including any new, and or old system removal. NAVAHCS nor HTM will facilitate in terms of appropriate waste disposal, they shall assist with the closest egress to facilitate removal. HTM to facilitate walkthrough and familiarity of NAVAHCS campus. HTM shall support main awardee with necessary information needed to complete work. If necessary, HTM shall be the appropriate contact to coordinate with internal teams to verify best suited network infrastructure cable runs throughout NAVAHCS. Any facility department that transitioned from MP to MX shall receive user training to be provided by appropriate vendor/contractor. Contractor shall coordinate services with clinical staff, which HTM will support in assistance of appropriate individuals to contact. If there are personnel that cannot attend, vendor to provide an appropriate video and each medical unit with Philips physiological monitoring. NAVAHCS is upgrading from the MP series physiological monitors to the MX series. This work includes upgrading all infrastructure to include access point controllers, communication switches, routers, and cabling. The entire physiological monitoring network is required to be upgraded to Revision C at a minimum. Vender to provide Biomedical service training certificates as defined in Task 2.4.b. 2. Specific Tasks. 2.1 Task 1: Check-in. Before doing any work, the contractor will check-in with HTM for every day they are on-site. Subtask 1- Assigning a person of contact. There will be a person of contact (COR &/or BESS) from Healthcare Technology Management (HTM) to oversee the work accomplished. The appropriate HTM POC may assign a Biomedical Equipment Support Specialist (BESS) to support which will be appointed dependent on daily routines. Subtask 2-Filling out the log book. The contractor will fill out a log provided by Biomedical Engineering (HTM) that states: the contractor s credentials, the nature of the visit, and the timeframe of the visit. The contractor will receive a NAVAHCS contractors badge when they check-in and will return the badge when they check-out. 2.2 Task 2: Check-Out. Contractor will return their NAVAHCS contractor s badge upon checking out before they leave the site by notifying the assigned COR/BESS in HTM. Specified contact to notify appropriate local POC of arrival and departure on the daily basis. Deliverables: Contractor s badge. 2.3 Task 3: Upgrade and Installation. Upgrade Emergency Department RN Desk PIC PIC iX Replace existing PIC Classic PC with 1 new, remoted PC including UPS and 1-27 display. The following items to be captured. 18 total networked surveillance sectors: 2 new networked surveillance sectors with Pro package, Visibility, and 12-Lead license entitlements. Surveillance sectors to view the following: (10) wall mounted MX 550s in Rooms 117, 118, 120, 121, 122A, 122B, 125, 126, 127, 128 (1) X3 on a roll stand for room 115 (5) wall mounted X3s in Fast Track rooms 1-5 Upgrade 16 Classic, local surveillance to iX Revision 4 and: Add Visibility license entitlements. Add/perform System Type Upgrade (STU) to convert licenses from local to networked. Fast Track RN Desk PIC iX: 1 new, remoted PIC iX PC with UPS and 1 27 display to be placed on desktop including: 18 overview sectors (to view same monitors as ED surveillance PC). Intellivue Monitors - Main Bays (117, 118, 120, 121, 122A, 122B, 125, 126, 127, 128): (10) MX 550 monitors 8 waves (advanced software bundle AL2) C54 Hexad RS232/MIB port (J13 option) for Cerner readiness (10) X3 transport monitors with RS232/MIB port (J13 option), Critical Care software C12 12 Lead Dual IBP/temperature port FAST SpO2 1.4GHz Smart-Hopping wireless radio Red carrying handle (10) Intellivue MicroStream Extension (EtCO2) modules with IBP/temperature port (10) MX 550 wall mounts (use existing wall channels) Mental Health (Qty 1 Room 115), Fast Track (Qty 5 New Unit), Hall Beds (Qty 2), Ambulances (Qty 3) (11) X3 monitors with RS232/MIB port (J13 option) Critical Care software 4 waves C12 12 Lead Dual IBP/temperature port FAST SpO2 1.4GHz Smart-Hopping wireless radio Red carrying handle (11) Intellivue MicroStream Extension (EtCo2) modules with IBP/temperature port (3) Roll stands and charging docks for Room 115 and 2 hall beds (5) New wall channels and wall mount arms for Fast Track beds 1-5 (3) Docks and no mounting arms for 3 X3s for NAVAHCS Ambulances. Services & supplies: Wireless coverage (existing or expansion) in ED and Fast Track. Hardwire cabling for 1 new PC in Fast Track and Fast Track room monitors. Senders/Receivers including connectivity of central station PC display to 3 new 27 mirror displays with audio capability. Contractor to pull Cat 6 cables. MX 550 supplies (NIBP cables, assorted sizes BP cuffs, SpO2 cables, 5-Lead ECG trunk cable, 5-leadset grabbers) X3 Transport Supplies (NIBP cables, assorted sizes BP cuffs, SpO2 cable, 5-Lead ECG trunk cable, 5-leadset grabbers). Tele Monitoring Unit (TMU) PIC iX Replace existing Tele room Pc and desk with 1 new ergonomic desk and add 1 additional new ergonomic desk, remoted 2 PC with UPS, 3 wall-mounted 27 touch displays including: 26 total networked surveillance sectors: 2 new networked surveillance sectors with Propackage, Visibility and 12-Lead license entitlements Upgrade 24 Revision B, local surveillance sectors to PIC iX Revision 4 and: Add Visibility license entitlements. Add 12-Lead license entitlements. Add/perform System Type Upgrade (STU) to convert licenses from local to networked. Surveillance Sector Allocations: Unit 3B: 15 surveillance sectors ED Virtual Patients: 10 surveillance sectors 1 extra/spare surveillance sector. Unit 3B PIC iX Establish first instance of PIC iX on the unit with 2 PCs, remoted each with UPS and 1 27 wall-mounted display with keyboard/mouse to sit on desk including: 15 net new overview sectors to view: 15 Unit 3B bed/monitors Remove existing mirror of Unit 4B at the Unit 3B Nurse Station (4B no longer required.) Intellivue Monitors Telemetry 37 Software upgrades for existing MX 40s (16 with ECG/SpO2 and 21 with ECG only) 2 new Intellivue MX 40 tele monitors SpO2 enable and 1.4 wireless radio. Rooms (336, 337, 338, 340, 341, 356, 357): 7 Intellivue MX 450 monitors with standard software bundle, C54 Hexad, RS232/MIB port (J13 option) for Cerner Readiness including: X3 monitors with RS232/MIB port (J13 option), 4 waves, Critical Care Software, C12 12 Lead, 1.4 GHz Smart-Hopping wireless radio, IBP/Temperature port, FAST Sp O2, Purple Handles Intellivue MicroStream Extension (EtCO2) modules with no IBP port 7 MX 450 wall channels and mounts Transport: 2 Intellivue X3 transport monitors with RS232/MIB port (J13 option), 4 waves, Critical Care software, C12 12 Lead, 1.4GHz Smart-Hopping wireless radio, IBP/temperature port, FAST SpO2, purple handle charging dock roll stands Intellivue MicroStream Extension (EtCO2) modules with no IBP port X3 bed rail hanger and IV pole clamp. Services & Supplies: Hardwire cabling for 2 new PCs and 7 bedside monitors. MX450 supplies (NIBP cable, Assorted sizes BP cuffs, SpO2 cable and sensor, 5-Lead ECG trunk cables, 5-Leadset reusable limb grabbers) Transport X3 supplies (NIBP cable, Assorted sizes BP cuffs, SpO2 cable, 5-Lead ECG trunk cables, 5-Lead set reusable limb grabbers) 18 MX 40 5-Lead adapter cables, 18 SpO2 cables, 18 reusable SpO2 glove sensors, 5 reusable lead set grabbers, 3- pack x 5 reusable MX 40 rechargeable batteries and 2 MX 40 battery chargers Unit 4B PIC iX Establish first instance of 1 PIC iX PC, remoted with UPS and 1 27 display (to sit on desk) including: 6 new networked surveillance sectors with Pro package, Visibility, and 12-Lead license entitlements Intellivue Monitors 6 Intellivue MX 450 monitors with standard software bundle, C54 Hexad, RS232/MIB port (J13 option) for Cerner Readiness including: X3 monitors with RS232/MIB port (J13 option), 4 waves, Critical Care software, C12 12 Lead, 1.4 GHz Smart-Hopping wireless radio, IBP/temperature port, FAST SpO2 Green handle Intellivue MicroStream Extension (EtCO2) modules with no IBP port 1 Intellivue X3 transport monitor with RS232/MIB port (J13 option), 4 waves, Critical Care software, C12 12 Lead, 1.4 GHz Smart-Hopping wireless radio, IBP/temperature port, FAST SpO2 Green Handle X3 bed rail hanger and IV pole clamp Services & Supplies: Hardwire cabling for 1 new PC and 6 bedside monitors 6 MX 450 wall channels and wall mounts NIBP cables, assorted size BP cuffs, SpO2 cable, 5-Lead ECG trunk cable, 5-leadset grabbers GI Department (5th floor) PIC iX Establish first instance of 1 PIC iX Pc, remoted with UPS and 1 27 display with keyboard/mouse/display to be wall mounted with all-in-one mount (outside Room 507) including: 9 net new networked surveillance sectors with Propackage, Visibility, and 12-Lead license entitlements which will view: PreOp/PACU bays (7): Bays 515A through F and Room 510 Procedure suites (2): Rooms 520, 523 Intellivue Monitors PreOp/PACU 7 Intellivue MX 450 monitors with standard software bundle, C54 Hexad, RS232/MIB port (J13 option) for Cerner Readiness including: MMX multi-measurements servers with C12 12 Lead, IBP/temperature port, FAST SpO2 Intellivue MicroStream Extension (EtCO2) modules with no IBP port Wall channel/mounts PreOp/PACU Bays 515 A F have wall channels but will require new channel mounts. Room 510 will need new channel/mount Procedure Suites (2 | Rooms 520 & 523): 2 Intellivue MX550 monitors with 8 waves (advanced software bundle - AL2), C54 Hexad, RS232/MIB port (J13 option) for CPRS connectivity and for connectivity to secondary display including: MMX multi-measurements servers with C12 12 Lead, IBP/temperature port, FAST SpO2 and supplies (NIBP cables, SpO2 cable and sensor, 5-Lead ECG trunk cables, 5-Leadset reusable limb grabbers) Intellivue MicroStream Extension (EtCO2) modules with no IBP port included Mounted Displays on Stryker booms, customer agrees to ensure that displays have HDMI ports for active interface Services & Supplies: Hardwire cabling for all areas as needed. NIBP cables, SpO2 cable and sensor, 5-Lead ECG trunk cables, 5-leadset reusable limb grabbers) Oral/nasal filter lines. Redi Kit Upgrade PIC iX Central Station Software license Entitlements and Upgrades PC upgrade to Operating System (OS) Windows 10 Printer Upgrade 20 PIC iX C, local surveillance sectors to iX Revision 4 and: Add Visibility license entitlements Add 12 Lead license entitlements Add/perform System Type Upgrade (STU) to convert licenses from local to networked Infrastructure/Network/Healthcare Technology Management PIC iX and IntelliBridge Enterprise (IBE) Establish first instance iX Revision 4 Primary Domain Server Install 2 supporting virtual physio servers. First to support up to 128 sector licenses Second to support web server Initial installment and implementation of IntelliBridge Enterprise (IBE), middleware to transmit PIC iX aggregated data transmission for HL7 data for Cerner readiness. HTM Spares (1) PIC iX Central Station Computer (PCs) (1) 27 touch display (2) Intellivue X3 monitor with charging docks (1) MMX server (3) Intellivue MX 40 Telemetry monitors (2) MX 450 monitor with standard software (1) MX 550 monitor with standard software (5) MicroStream (EtCO2) modules Services: Modernization of existing Philips 1.4GHz Smart Hopping Wireless infrastructure including access points and enclosures, controllers, sync units on floors 3 and 4. Modernization of existing Philips Supplied Network (PSN) for all bedside monitors, central stations, and wireless coverage on floors 3 and 4. Expansion/net new of Philips 1.4GHz wireless and PSN for hardwired monitors and PCs on first through fifth floors as discussed on customer calls including new Radiology area (coverage area agreement approved) Deliverables: Service report detailing what components were installed, upgraded, and traded in. Service reports must contain the following information: Date(s) and timelines of anticipated service and accomplishments. Complete description of equipment services performed i.e. installations, upgrades, updates, software changes, and replacements. Complete list of all materials, parts, or assemblies implemented i.e. installed &/or replaced including model number, serial number. Total standard labor hours, total overtime/premium hours, and total travel hours expended during the service. 2.4 Task 4: Training Subtask 1. Clinical Training The contractor will provide all materials, labor, tools, and travel to conduct clinical user training at NAVAHCS for all end users that will interact with new technology implemented. Subtask 2. Biomedical Training Certificates The contractor shall provide the following trainings to HTM staff: A. (6) Telemetry 1.4GHz Smart-Hopping B. (6) Intellivue Monitors MX 400 MX 850 C. (6) PIC iX Basic Service Deliverables: The following hard copy items are required to complete the above listed tasks: Sign in sheet listed all NAVAHCS staff that attended the clinical user training. Seven Biomedical service training certificates identified in Task 2.4.b 3. Performance Monitoring. The COR responsible for this contract may monitor contractor performance and certify the work was done in accordance with the contract either directly or via the BESS responsible for that area. However, if necessary, the contractor may enter locations throughout the facility unescorted. A final walkthrough will be done by the COR &/or BESS to evaluate the completeness and quality of the work done. 4. Security Requirements. The upgrade will involve contractors going into areas of patient care where VA sensitive &/or patient data is accessible. Areas include patient rooms, central stations, hallways, and equipment/IT closets. Tasks that involve security risk include: 2.3 Task 2 and 2.4 Task 1. VA Form 2280 is included in the eCMS package. 5. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The government shall provide the contractor with the following furnishings: Specialty mounts for display if something other than the standard pedestal is required IT resources Rack space in IT/Equipment closets Structural changes Access to areas of patient care Rack space in IT/Equipment closets Emergency power Single-point-of-contact for coordination of installation activities Network engineer Clinical staff on an as need per basis 6. Other Pertinent Information or Special Considerations. Identification of Possible Follow-on Work. The COR &/or BESS will follow up 30, 60, and 90 days from the completion of each phase of the upgrade to determine if the contractor needs to fix any misconfigurations or bugs. Identification of Potential Conflicts of Interest (COI). There are no COIs. NAVAHCS is not partial to Philips. However, it is more convenient and cost efficient to have the OEM upgrade and maintain the current Philips IntelliVue patient monitoring system at NAVAHCS since the system is fully integrated into the hospital s daily activities. Identification of Non-Disclosure Requirements. Non-disclosure agreements will be signed by the contractor and witnessed by a 3rd party. The non-disclosure agreement will bind the contractor to secrecy in regard to VA sensitive or patient information. Packaging, Packing and Shipping Instructions. All materials shipped from the vendor to NAVAHCS will be shipped to the warehouse on site. The PO number given by the facility and Attn: Biomedical Engineering, Rick Harker will be written explicitly on the package. The warehouse on site will deliver the materials from the vendor to Biomedical Engineering at the proper time. Inspection and Acceptance Criteria. To ensure the inspection and acceptance of products provided incidentally to services, the COR will perform a final walkthrough of the area after the completion of work. 7. Risk Control. The upgrade and installation pose a minimal health risk to the contractor as the contractor will not work in occupied or dirty patient rooms. The upgrade and installation also pose a minimal health risk to patients. Dust containment methods will be used as necessary; vendor is responsible for providing containment methods. Vendor is to provide evidence of TB screening for all employees working on-site. 8. Place of Performance. Northern Arizona VA Health Care System, main facility. 9. Period of Performance. 180 days from notice to proceed. 10. Delivery Schedule. The delivery schedule format is as follows: SOW Task# Deliverable Title Format Number Calendar Days After CO Start 2.3.b Project Acceptance Document Contractor-Determined 1 soft copy, 1 hard copy 180 2.4.a Clinical Training Sign-in Document Contractor-Determined 1 hard copy 180 2.4.b Biomedical Service Training Certificates Contractor-Determined 7 hard copies 180 * Standard Distribution: 1 copy of the transmittal letter without the deliverable to the Contracting Officer shall be Emailed. 11. Records Management 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government Information Technology (IT) equipment and/or Government records. 4. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information If you are interested and can provide the required service(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 811210? (4) Does your company have an FSS contract with GSA or 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) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. 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. The North American Classification System (NAICS) code for this acquisition is 811210 ($34 Million). Responses to this notice shall be submitted via email to Ositadima.ndubizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 01/15/2026 10:00 AM PST. After reviewing the responses to this sources sought announcement, a solicitation may be published on the FedBizOpps 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/workspace/contract/opp/75d75478f7c94b14971ee0fb76d97002/view)
- Place of Performance
- Address: Northern Arizona VA Healthcare System 500 Highway 89 North, Prescott, AZ 86313, USA
- Zip Code: 86313
- Country: USA
- Zip Code: 86313
- Record
- SN07682231-F 20260110/260108230046 (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 |