Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2008 FBO #2452
SOLICITATION NOTICE

65 -- Central Sterile Supply Instrument Tracking System

Notice Date
8/11/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMC Portsmouth, 54 Lewis Minor St, Portsmouth, Virginia, 23708-2297
 
ZIP Code
23708-2297
 
Solicitation Number
N00183-08-T-0227YW
 
Response Due
8/14/2008 2:00:00 PM
 
Archive Date
8/29/2008
 
Point of Contact
Yvette K Williams,, Phone: 757-953-7825
 
E-Mail Address
yvette.williams@med.navy.mil
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Central Sterile Supply Instrument Tracking System 1. Scope of Work. Software License, Hardware/Equipment for Verification Testing, Management Hardware, Clinical Training and Data Conversion provided on site with technical and functional requirements listed below needed to perform instrument/ equipment tracking/monitoring and statical data for surgical/clinical instrumentation. 2. Technical Requirements. 2.1 Must be able to qualify as a Platform IT by NETWARCOM on the Department of Navy Network Systems. 2.2 If any remote maintenance or connectivity by vendor is required, the vendor must apply and obtain a Business to Business (B2B) agreement with Defense Information Systems Agency (DISA) as per DOD 8551.1. and TRICARE Systems Manual 7950.1-M. 2.3 Must be compliant with IPV6 or upgradeable. 2.3.1 Standard Contract Statement: Any vendor requesting to connect equipment to the NHCL Network for remote access, monitoring, or for any network connectivity, must have an Interim Authority to Operate (IATO), Authority to Operate (ATO) or Platform Specific IT (PIT) approval and must be CAC enabled in order to operate on the Department of the Navy Network in writing by the Navy Operational Designated Approval Authority (ODAA). All systems requiring interfaces with established MHS systems must have advanced approval from MHS. All system specifications and requirements must be approved in advance for technical review by the sponsoring government agent. 2.3.1.1. All contractor systems that will communicate with DoD systems will interconnect through the established DISA/MHS B2B Gateway, or through approved Ports, Protocols and Services in accordance with the Navy's Unclassified Trusted Network Protection Policy (UTNpp). For all Web applications, contractors will connect to a DISA-established Web Demilitarized Zone (DMZ). Contractor personnel must complete Standard Form SF85P (Questionnaire for Public Trust Positions) and submit to the U.S. Office of Personnel Management (OPM) to gain a "letter of trustworthiness". Contractor personnel must complete and submit DoD Form 2875 (System Authorization Access Request) to the sponsoring government agent in order to gain approval to access DoD systems and information. 2.3.1.2. The system/assets being developed, procured or acquired shall be IPv6 capable. If currently not IPv6 capable, the contractor shall provide a plan that demonstrates that the system/assets will be IPv6 capable no later than June 1, 2008. An IPv6 capable system or product shall be capable of receiving, processing and forwarding IPv6 packets and/or interfacing with other systems and protocols in a manner similar to that of IPv4. Specific current criteria to be deemed IPv6 capable are: 2.3.1.2.1. Conformant with the Joint Technical Architecture (JTA) developed IPv6 standards profile noted below 2.3.1.2.2. Maintaining interoperability with IPv4 2.3.1.2.3. Existence of migration path and commitment to upgrade as IPv6 evolves 2.3.1.2.4. Availability of contractor/vendor IPv6 technical support 2.3.1.3. Systems being developed, procured or acquired shall comply with the Global Information Grid Architecture and JTA standards. The IPv4/IPv6 IT standards profile is available at http://jta.disa.mil/ipv6/index-public.html. Software capabilities should be implemented in a way that isolates the Network (IP) layer as much as possible from the rest of the application. 2.4. Application and backend data source must be capable of running on an instance of a virtual server. 2.5.Must be able to run on Windows Server 2003 operating System with SQL 2005 backend data store. 2.6.End users devices must be able to be provided by Naval Hospital Camp Lejeune, not the vendor. We use standard clients/desktops and prefer to purchase our own PC client hardware. 2.7.Touch screen monitors provided by vendor and compatible with NHCL client hardware. 3. Functional Requirements: 3.1. A system that will track instruments from CSS to the Main OR and other clinics throughout the hospital using a paperless system. 3.2. Needs to be capable of printing labels for instrument trays that are _2_ inches x 1.25_ inches, and tracked using a wireless bar code scanner. 3.3. System must provide count sheets electronically and printouts. 3.4. System must be able to provide individual instrument identification with both pictures and scanner markings. 3.5. System must be able to provide detailed printout for each sterilization load with load control number (i.e. Month/year, julian date, autoclave number and load number) 3.6. System must be able to provide tracking of instrument sets/tray and individual instrumentation in any location within the Main Operating Room & Sterile Processing. 3.7. System must be able to provide for reports of equipment maintenance, sharpening requirements. 3.8. System must be able to identify any replacement substitutions if original instrument is missing with picture identification scanner markings. 3.9. System must be able to print out incomplete sticker to attach to surgical/medical instrument set/tray. 3.10. System must be able to locate individual sets/trays or instruments immediately. 3.11. System must be able to allow Operating Rooms identification/location of instruments sets/trays by either set identification or instrument identification. 3.12. Capable of reporting statistics on frequency of use for each set, set maintenance, individual staff productivity, clave load reports, frequency of repair for each instruments, sharpening details for all medical/surgical instrument sets/trays. 3.13. System must be able to upgrade individual set/trays printouts and pictures immediately. 3.14. System must be able to alert staff if problems (i.e. Wrong instrument in set, improper count sheet for set scanned) 3.15. System must be able to allow staff to retrieve set information in case of recall (i.e. which sets were used for which patient. 3.16. System must be able to be used with Main Operating Room scheduling software. 3.17. System must have autoclave sequence capability to provide autoclave printouts.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fbcb8a297d0bb2c22eb2a87f907f7eba&tab=core&_cview=1)
 
Place of Performance
Address: Naval Hospital Camp Lejeune, Supply Officer, 100 Brewster Blvd., Camp Lejeune, North Carolina, 28547, United States
Zip Code: 28547
 
Record
SN01637162-W 20080813/080811230706-3d6427b8fd35f731af5120d3d27713d6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.