Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2016 FBO #5244
DOCUMENT

58 -- Workflow Communications - Attachment

Notice Date
3/31/2016
 
Notice Type
Attachment
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;Network Contracting Office 16;715 South Pear Orchard Road;Ridgeland, MS 39157
 
ZIP Code
39157
 
Solicitation Number
VA25616N0498
 
Response Due
4/7/2016
 
Archive Date
5/7/2016
 
Point of Contact
Tammie Chaney
 
E-Mail Address
6-6963<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs is conducting a MARKET RESEARCH SURVEY to obtain information regarding potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) relative to NACIS 334220. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. See Statement of Objectives. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: 1.Company Name and Address 2.Business size (large or small) 3.DUNS number 4.Socioeconomic status (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub Zone, 8(a), Small, Small Disadvantaged, Woman-owned Small Business, FSS/GSA/SEWP contract schedule holders or Large Business) 5.Any pertinent information which demonstrates firm's ability to meet the requirement outlined in the Statement of Objective. Submit Capabilities Statement by April 7, 2016 to: Department of Veterans Affairs, NCO 16 - ATTN: Tammie Chaney. Responses should be received no later than 11:00 AM CDT. Submissions must be made via email to: Tammie.chaney@va.gov. 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 OBJECTIVES (SOO) Workflow Communications Southeast Louisiana Veterans Health Care System February 22, 2016 1.Program Objective 1.1Contractor shall provide all equipment, labor, material, hardware, software, licensing, warranty, installation, user training, and supplies necessary to provide a fully functional turn-key Workflow Communications solution, to the Southeast Louisiana Veterans Health Care System (SLVHCS), located at 2400 Canal St, New Orleans, LA 70119. There will be no government furnished equipment included in this contract. 2. Scope: 2.1The contractor shall provide a comprehensive turnkey Workflow Communications solution that enables SLVHCS to improve clinical care by improving communication within multiple care areas. The following table shows the required functionalities in each care area: 2.2 The Workflow Communications functionalities are described below: 2.2.1Critical Results Alert (HL7): The system shall have the capability of sending critical results alerts to the devices. The system shall be able of notifying the correct end user for specific alerts. This must be accomplished through a HL7 Interface with VISTA/CPRS. 2.2.2Bed Management (HL7): The system shall have the capability of communicating with the Bed Management system with the following functionalities: 2.2.2.1Tracks patient movement throughout the hospital 2.2.2.2Displays patient and bed occupancy status for all beds in the facility 2.2.2.3Provides visibility of bed availability within the medical center to support emergency management 2.2.2.4Automates request and assignment of beds 2.2.2.5Displays and facilitates discharge appointments 2.2.2.6Supports efficient flow operations 2.2.3Group Alerts: The system shall have the capability of establishing groups and sending communications to those groups. 2.2.4External Calls: The system shall have the capability of making and receiving external calls (from the device to an outside phone number). 2.2.5Internal Extension Calls: The system shall have the capability of making and receiving calls to internal SLVHCS extensions. 2.2.6Device to Device Calls: The system shall have the capability of making and receiving calls between devices. 2.3 The workflow communications system must permit maintenance professionals the ability to connect to the Integration system to perform diagnostics, troubleshooting, and maintenance as an administrator, and provide the vendor the ability to remote into the system as requested. 2.3.1 Preventive Maintenance: 2.3.1.1 The vendor must have preventive maintenance service to meet at minimum The Joint Commission standards. 2.3.2 Troubleshooting: 2.3.2.1 The vendor must have the appropriate site-to-site VPN access or be willing to complete the process for VA remote access in order to troubleshoot the system with Biomedical Engineering as requested. 2.4 The operating system must be equivalent to Windows 7 or newer. 2.5The system must operate 24 hours a day, 7 days a week. 2.6 The contractor shall provide a training program to the Biomedical Engineering technicians and in-house clinical personnel. 2.6.1 Training: 2.6.1.1. Technical training must provide Biomedical Engineering with the tools and knowledge to fully operate the system with administrator capability. 2.7 The vendor shall provide a warranty. 2.8DELIVERY, INSTALLATION AND IMPLEMENTATION 2.8.1DELIVERY 2.8.1DELIVERY 2.8.1.1Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), 2400 Canal St, New Orleans, LA 70119. The loading dock is on Tulane Ave. 2.8.1.2Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.8.1.3Package to prevent damage or deterioration during shipment, handling, storage, and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.8.1.4Deliver specified items only when the site is ready for installation work to proceed. 2.8.1.5Store products in dry condition inside enclosed facilities. 2.8.1.6Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.8.1.7A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.8.1.8Delivery and Installation will be coordinated through the COR. 2.8.2INSTALLATION AND IMPLEMENTATION 2.8.2.1The contractor shall provide installation and implementation project management to include site visits for each building to confirm physical installation of the Integration system. Contractors shall provide a final project schedule within 10 days of award. 2.8.2.2The hospital is responsible for furnishing all conduit and raceways unless specified otherwise on the delivery order. 2.8.2.3The contractor shall be responsible for all equipment until installed and accepted by the Government. 2.8.2.4All required equipment shall be fully installed by the Contractor, to include painting and patching of walls penetrated by the Contractor. 2.8.2.5The Contractor shall remove all related shipping debris and cleanup, any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.8.2.6Delivery and unloading shall be at the Central Energy Plant loading docks off of Tulane Ave. between South Galvez and Rocheblave. Two Service Elevators will be available for delivery of products. Elevators may be share with other contractors. Each elevator size will have a 72" wide door opening X 97 ½" wide clear interior opening X 148" depth clear interior opening X 96" high clear opening. The contractor is expected to protect the interior of the elevator in order to prevent damage to the interior walls of the elevator. 2.8.2.7The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.8.2.8Upon coordination with COR for installation, the contractor shall inform the Contracting Officer of any problems which may be anticipated in connection with installation or which will affect optimum performance once installation is completed. 2.8.3INSTALLATION SCHEDULE 2.8.3.1The buildings will be available for cabling installation upon award of the contract. 2.8.3.2Phasing Schedule: "Final Approved Schedule: 10 Days after Award "Network Design Plan: 30 Days after Award "Physical Installation: 75 Days after Award, but the installation cannot occur until the Network Plan is approved by the COR "Implementation: 75 Days after Server Installation "Training: 90 Days after completion of Installation and Implementation 2.8.4SITE CONDITIONS 2.8.4.1There shall be no smoking, eating, or drinking inside the hospital at any time. 3.PERIOD OF PERFORMANCE: 3.1The anticipated Period of Performance for delivery and installation is from September 20, 2016 to May 18, 2017. See paragraph 2.8.3.2 for estimated phasing. 3.2 The anticipated period of performance for support services is May 19, 2017 to May 18, 2018 with three one-options through May 19, 2021. Support services begin when physical installation and final implementation of all buildings are complete. 4.INSPECTION AND ACCEPTANCE 4.1The Contractor shall conduct a joint inspection with the COR once all equipment had been delivered and installed. The COR shall inspect all phases of delivery and installation and provide a punch list of any and all missing or damaged products. 4.2Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 4.3The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 5.DELIVERY/STORAGE REQUIREMENTS 5.1Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 5.2Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 5.3Deliver specified items only when the site is ready for installation work to proceed. 5.4Store products in dry condition inside enclosed facilities. 5.5Any government requested delayed delivery up to 90 days after initial negotiated delivery date, shall be at no additional cost to the Government. 5.6A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates. 6.DELIVERABLES 6.1The contractor shall provide a proposed network design to be approved by the COR. 6.2Contractor shall provide documentation of the network and include a marked up drawing (as built) showing jacks and room locations after the installation is complete. 6.3The Contractor shall provide a Final Schedule that can be imported into Microsoft Project. 6.4User and Service Manuals 6.4.1The Contractor shall provide, at no charge, two (2) complete and unabridged printed copies and one (1) electronic version (CD) of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each model of equipment purchased to the Contracting Officer's Representative (COR) with delivery of equipment. Additionally the Contractor free of charge shall provide any upgrades to these documents. These manuals will include all components and subassemblies, including those not manufactured by the Contractor. These manuals and documentation shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. 7.PROTECTION OF PROPERTY 7.1Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 7.2The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 7.3The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 7.4Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 8.PERFORMANCE REQUIREMENTS SUMMARY 8.1The Contractor shall provide a proposed Performance Requirements Summary (PRS) for review and approval. 9.SECURITY REQUIREMENTS 9.1Contractor is responsible for notifying COR for escorting duties prior to arriving at the facility. Contractor personnel shall check in with VA Police upon arrival and departure each day. All contractor personnel must provide one form of valid picture identification at the time of check-in to receive a visitor's badge. Badges must be worn above the waist and visible at all times while on the jobsite. All contractor personnel will be accompanied by a cleared member of the contractor (PIV cardholder) or SLVHCS representative at all times while on the jobsite. All contractor personnel must turn-in their badges at the end of each day. 9.2Contractor is responsible for notifying COR for vehicle parking prior to arriving at the facility. All contractor personnel must provide vehicle insurance, registration and valid driver's license at the time of check-in to receive a vehicle-parking pass. Vehicle parking passes must be displayed on the front dashboard of the registered vehicle at all times while on SLVHCS property. Contractor personnel will be allowed to register up to five (5) vehicles only. All contractor personal vehicles will be allowed to park in the designated vehicle parking spaces in the parking garage as advised by the VA Police upon registering the vehicle. All contractor personnel must turn-in their vehicle parking passes at the end of each day. SCHEDULE ITEM NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNIT 0001Communication Device for In House Medical Staff with Critical Results Alert, Bed Management, Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls 20.00EA 0002Communication Device for ICU/PACU/OR Staff with Critical Results Alert, Bed Management, Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls 20.00EA 0003Communication Device for Mental Health Staff with Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls 10.00EA 0004Communication Device for Emergency Department (ED) Staff with Critical Results Alert, Bed Management, Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls 20.00EA 0005Communication Device for Med/Surg Staff with Critical Results Alert, Bed Management, Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls each 50 $406.50.00EA 0006Communication Device for CLC Staff with Critical Results Alert, Bed Management, Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls 40.00EA 0007Communication Device for OP Services Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 200.00EA 0008Communication Device for Nutrition Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 20.00EA 0009Communication Device for Pharmacy Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 10.00EA 0010Communication Device for Radiology Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 5.00EA 0011Communication Device for Social Work Staff with Group Alerts, External Calls, Internal Extension Calls and Device to Device Calls 20.00EA 0012Communication Device for Care Managers Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 10.00EA 0013Communication Device for Environmental Management (EMS) Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 10.00EA 0014Communication Device for Same Day Surgery(SDS)/CathLab/Endo Staff with Group Alerts, Internal Extension Calls and Device to Device Calls 20.00EA 0015Communication Device for Customer Service with Group Alerts, Internal Extension Calls and Device to Device Calls 25.00EA 0016Bed Management Interface 1.00JB 0017Workflow Communication Functionalities inclusive of critical results alert (HL7 interface with VISTA/CPRS 1.00JB 0018Servers each 2 2.00EA 0019Installation and Integration 1.00JB 0020Support Services for 450-User Enterprise License 1.00JB 0021Support Services for 50-User Enterprise Add-on License 1.00JB 0022Support Services for 3-port VMI Module License 1.00JB 0023Support Services for SIP Telephony, 6-ports 4.00JB 0024Support Clinical Workflow Engine 1.00JB 0025Support Nurse Call TAP Connector 1.00JB 0026Support Clinical Analytics 1.00JB 0027Customer Care Warranty, 3 year extension 550.00JB
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25616N0498/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-N-0498 VA256-16-N-0498_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2647286&FileName=VA256-16-N-0498-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2647286&FileName=VA256-16-N-0498-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Southeast Louisiana Veterans Health Care System;2400 Canal St.;New Orleans
Zip Code: 70119
 
Record
SN04068995-W 20160402/160331235117-9cd47a1bfa47c8279ddf583310670530 (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.