Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

65 -- 580-17-1-167-0037 - Muse/EKG Equipment Upgrade - VA256-17-AP-2250 - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
 
Solicitation Number
VA25617N0192
 
Archive Date
1/15/2017
 
Point of Contact
Kever L Swafford
 
E-Mail Address
4-7218<br
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice: DESCRIPTION: This is a sources sought to determine the availability of potential sources having the skills and capabilities necessary to provide the SPECIFIED REQUIREMENT. All interested vendors are invited to provide information to contribute to this market survey/sources sought including commercial market information. THIS IS NOT A SOLICITATION ANNOUNCEMENT. This is a sources sought synopsis only. Questions shall be submitted by email to kever.swafford@va.gov Provide only the requested information below. The purpose of this sources sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, FSS/GSA contract schedule holders or large business) relative to NAICS Code 423450 Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation announcement may be published on the GSA or FBO website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. The Michael E. DeBakey VA Medical Center is seeking information about the capabilities of potential third party companies to furnish the following: All Equipment produced by GE to match the initially installed equipment being utilized currently at the medical facility 16 replacement MAC 5500s (EKG Machine) 25 partial upgrades (barcode scanners and software) 6 complete upgrades (barcode scanners, wireless, and software) MUSE 8 upgrade (free with service contract) MUSE hardware upgrade MUSE 8 clinical/biomed training New equipment training EKG Machine Minimum Requirements: Processing ECG Interpretation - Marquette* 12SL* ECG Analysis Program for Adults and Pediatrics Computerized Measurements - 15-lead analysis includes measurements of user-selectable additional 3 leads Optional - Hi-Res Late Potential Analysis and P-Wave Signal Averaged ECG Additional ECG Function - Vectorcardiography ECG Analysis Frequency - 500 samples/second (sps) ECG Storage - 200 ECGs in internal memory External Archiving - Secure Digital card Digital Sampling Rate - 16,000 samples/second/channel Pre-Acquisition - Provides 10 seconds of instantaneous ECG acquisition Dynamic Range - AC Differential ± 5mV, DC offset ±300 mV Resolution - 4.88 V/LSB @ 250 sps, 4.88 V/LSB @ 500 sps Frequency Response - 3 dB @ 0.01 to 150 Hz Common Mode Rejection - >140 dB (123 dB with AC filter disabled) Input Impedance - >10M @ 10 Hz, defibrillator protected Patient Leakage - <10 A Pace Detection - Meets or exceeds ANSI/AAMI EC11-1991 standards Pace Digital Sampling Rate - 75,000 samples/second/channel Pace Pulse Width - as low as 0.2 ms in duration Pace Pulse Amplitude - as low as 0.5 mV in amplitude Special Acquisition Functions - Disconnected lead detection, electrode impedance, excessive AC noise, baseline wander, and muscle tremor messages Heart Rate Meter - 30 to 300 BPM ±10% or 5 BPM, whichever is greater. Heart rates outside this range will not be displayed Communications MUSE Cardiology Information System compatible CardioSoft compatible EMR connectivity via MUSE Cardiology Informaion System or CardioSoft Serial Cable Internal modem/fax Optional o Remote Retrieval (Remote Query), o MobileLink wireless (requires additional MUSE communications software and installation): - Enhanced Security WPA and WPA2 (personal and enterprise modes). PAP, MS-CHAPv2, 802.1xEAPwith TLS/TTLS/LEAP/PEAP/FAST, WEP (PEAP requires network evaluation/approval prior to purchase) - Ultra-High Security MobileLink (FIPS 140-2) o LAN (requires additional MUSE communications software and installation) - Communication with MUSE over LAN thru internal RJ-45 jack Display Display Type - 10.4 in (264 mm) diagonal graphics backlit color AM LCD Display Resolution - 640 x 480 pixels with waveform enhancement Display Data - Heart rate, patient name, ID, clock, waveforms, lead labels, speed, gain and filter settings, warning messages, prompts, and help messages Writer Writer Technology - Thermal dot array Writer Speeds - 5, 12.5, 25, and 50 mm/s Number of Traces - 3, 6, 12, or 15 user selectable Writer Sensitivity/Gain - 2.5, 5, 10, 20, 10/5 (split calibration) mm/mV Writer Speed Accuracy - ±2% Writer Amplitude Accuracy - ±5% Writer Resolution - Horizontal 1000 dpi @ 25 mm/s, 200 dpi vertical Paper Type - Thermal, Z-fold, perforated, fan fold, 300 sheets/pack Paper Size - A Size: 8.5 in x 11 in, (214.6 mm x 280 mm), A4 Size: 8.27 in x 11.7 in (210 mm x 297.5 mm) Keyboard Type - Sealed elastomer with soft function keys, alphanumeric keys, writer controls, and TrimPad cursor controls Electrical Power Supply - AC or battery operation Voltage - 100 to 240 VAC Current - 0.5A @ 115 VAC, 0.3A @ 240 VAC, typical, 0.85A max Frequency - 50 to 60 Hz Battery Type - User replaceable, 18V @ 3.5 AH ±10% rechargeable NiMH Battery Capacity - 100 single page reports, (typical) or six hours continuous display (without printing) Battery Charge Time - Approximately 4.5 hours from total discharge (with display off) Vectorcardiography Report Formats - Vector loops of component vectors (P, QRS, ST-T) Sensitivity - 20, 40, 80, or 160 mm/mV Time Resolution - 2 ms Hi-Res Late Potential Analysis and P-Wave Signal Averaged ECG Sensitivities o Raw Data Template - 20 mm/mV o Average Beat - 20 mm/mV and 50 mm/mV o Filtered Signals and Vector Magnitude - 1 mm/ V Analysis Sampling Rate - 1,000 samples/second/channel Digital Sampling Rate - 16,000 samples/second/channel High/Low Pass Filters - Special filter using Fast Fourier Transform (FFT) Physical Specifications Height - 3.7 in (9.4 cm) with display closed Width - 15 in (38.1 cm) Depth - 13.8 in (35.1 cm) Weight - Approximately 6.8 kg (15 lbs) including battery, without paper Environmental Specifications Temperature o Operating - 50 °to 104 ° F (10 ° to 40 ° C) o Transport/Storage - 40 °to 158 ° F ( 40 ° to 70 ° C) Humidity o Operating - 20% to 95% RH non-condensing o Transport/Storage - 15% to 95% RH non-condensing Pressure o Operating - 700 to 1060 hPA o Transport/Storage - 500 to 1060 hPA Magnetic Card Reader Specifications Character Set - ANSI/ISO ALPHA alphanumeric characters and ANSI/ISO BCD (subset of ASCII [ISO 646 IRV:1991]) Bar Code Scanner Specifications Symbologies - Code 39 (extended), PDF-417, Code 128, Data Matrix, Interleaved 2 of 5 Modular MAC Trolley Dimensions Height - 37 in (94 cm) Width - 19 in (47 cm) Depth - 27 in (69 cm) Height with Acquisition module holder - 59 in (150 cm) Weight - 66 lbs. (30 kg) Options - Barcode scanner holder Vendor Supplied Server Minimum Requirements: Hardware Form Factor - Rack-Ready Server (4U) Processor type and speed - Dual Core Intel ® Xeon ® Processor, 1.8 GHz System memory (RAM) - 2 GB Hard drive capacity - 584 GB Hard drive configuration - 6 x 146 GB RAID - RAID 5 + 0 Optical drive - 8 x CD/DVD-ROM Floppy drive - Not included Serial port - 1 Parallel port - Not included USB 2.0 port - 4 Keyboard port - PS/2 Mouse port - PS/2 Video o Integrated ATI, 32 MB video standard o 16 bit color: maximum resolution of 1280 x 1024 Network - 4 10/100/1000 Mbps Software Operating System - Microsoft ® Windows ® Server 2003 Std, SP2, R2 (32-bit edition) Database Application - Microsoft SQL Server 2005 Std, SP3 (32-bit edition); 1 Processor license Physical Dimensions - (H x W x D) 21.92 x 44.45 x 67.31 cm (8.63 x 17.50 x 26.50 in) Weight o Minimum: 26.76 kg (59 lbs) o Maximum: 30.84 kg (68 lbs) Power Input Voltage - 100-240 VAC Frequency - 47-63 Hz Environmental Operating temperature - +10 °C to +35 °C (+50 °F to +95 °F) Operating humidity - 10% to 90% relative humidity Operating altitude - 3,048 m (10,000 ft) Storage temperature - -30 °C to +60 °C (-22 °F to +140 °F) Storage humidity - 5% to 95% relative humidity Storage altitude - 9,144 m (30,000 ft) Vendor Supplied Client Workstations Minimum Requirements: Hardware Processor type and speed - Intel Core 2 Duo, 2.13 GHz System memory (RAM) - 1 GB Hard drive capacity - 160 GB Optical drive - 16 x DVD-ROM Floppy drive- 1 External USB Drive Serial port - 2 Parallel port - 1 USB 2.0 port - 4 Keyboard port - PS/2 Mouse port - PS/2 Video Integrated o Intel Graphics Media Accelerator 3000 o 2048x1536, 32-bit color (256 MB video standard) Network - 1 10/100/1000 Mbps Software Operating System - Microsoft Windows XP Pro, SP3 (32-bit edition) Physical Dimensions - (H x W x D) 10.00 x 34.00 x 38.00 cm (3.94 x 13.4 x 15 in) Weight - 8.8 kg (19.4 lbs) Power Input Voltage - 100-240 VAC Frequency - 50/60 Hz Environmental Operating temperature - +10 °C to +35 °C (+50 °F to +95 °F) Operating humidity - 10% to 90% relative humidity Operating altitude - 3,048 m (10,000 ft) Storage temperature - -30 °C to +60 °C (-22 °F to +140 °F) Storage humidity - 5% to 95% relative humidity Storage altitude - 9,144 m (30,000 ft) Vendor Supplied HL7 Server Minimum Requirements: Hardware Form Factor - Rack-Ready Server (1U) Processor type and speed - 2-Intel Xeon, Dual Core 1.60 GHz System memory (RAM) - 4 GB Hard drive capacity - 72 GB Hard drive configuration - 2 x 72 GB RAID - RAID 1 Optical drive - 24 x CD-ROM Floppy drive - Not included Serial port - 1 Parallel port - Not included USB 2.0 port - 3 Keyboard port - PS/2 Mouse port - PS/2 Video - 1280 x 1024 x 16M color (32 MB video standard) Network - 2 10/100/1000 Mbps Software Operating System - Microsoft Windows Server 2003 Std, SP2, R1 (32-bit edition) Physical Dimensions - (H x W x D) 4.32 x 42.62 x 69.22 cm (1.70 x 16.78 x 27.25 in) Weight - 16.8 kg (37 lbs) Power Input Voltage - 100-240 VAC Frequency - 50/60 Hz Environmental Operating temperature - +10 °C to +35 °C (+50 °F to +95 °F) Operating humidity - 10% to 90% relative humidity Operating altitude - 3,048 m (10,000 ft) Storage temperature - -40 °C to +70 °C (-40 °F to +158 °F) Storage humidity - 5% to 95% relative humidity Storage altitude - 70 kPa (10,000 ft) Vendor Supplied EveryWARE Minimum Requirements: Citrix Version - Citrix ® Presentation Server 4.0 Hardware Form Factor - Rack-Ready Server (1U) Processor type and speed - 2-Intel Xeon, Dual Core 1.60 GHz System memory (RAM) - 4 GB Hard drive capacity - 72 GB Hard drive configuration - 2 x 72 GB RAID - RAID 1 Optical drive - 24 x CD-ROM Floppy drive - Not included Serial port - 1 Parallel port - Not included USB 2.0 port - 3 Keyboard port - PS/2 Mouse port - PS/2 Video - 1280 x 1024 x 16M color (32 MB video standard) Network - 2 10/100/1000 Mbps Software Operating System - Microsoft Windows Server 2003 Std, SP2, R1 (32-bit edition) Physical Dimensions - (H x W x D) 4.32 x 42.62 x 69.22 cm (1.70 x 16.78 x 27.25 in) Weight - 16.8 kg (37 lbs) Power Input Voltage - 100-240 VAC Frequency - 50/60 Hz Environmental Operating temperature - +10 °C to +35 °C (+50 °F to +95 °F) Operating humidity - 10% to 90% relative humidity Operating altitude - 3,048 m (10,000 ft) Storage temperature - -40 °C to +70 °C (-40 °F to +158 °F) Storage humidity - 5% to 95% relative humidity Storage altitude - 70 kPa (10,000 ft) The MEDVAMC is defined as the main location at 2002 Holcombe Blvd, Houston Texas, 77030, and all current and future community based outpatient clinics in the Houston Area. The current CBOC Clinics are located in Texas City, Galveston, Richmond, Lufkin, Beaumont, Katy, Tomball Conroe and Lake Jackson all in the state of Texas. REQUESTED INFORMATION: (1) STATEMENT OF CABABILITY: Submit a brief description, five (5) pages or less, that demonstrates how your company has the supervision, facilities, labor and experience to provide the General Electric EKG MUSE Upgrade as described above. Include past experience in performing these services to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability to start date and your address. (2) BUSINESS SIZE AND SOCIO-ECONOMIC STATUS: (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business (c) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Hub-zone firm (e) Indicate if your firm is a woman-owned or operated business (f) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/ and/or the VetBiz Registry at http://vip.vetbiz.gov/. (i) NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry. Responses shall be submitted by email to kever.swafford@va.gov, no later than 11:30am CST, January 16, 2017. Fax or Telephone calls will not be accepted. Your response should include both the STATEMENT OF CABABILITY and BUSINESS SIZE AND SOCIO-ECONOMIC STATUS information as explained above. Please place "Attention: General Electric EKG Muse Upgrade - VA256-17-N-0192 in the subject line of your response. This notice is to assist the VA in determining sources only. A SOLICITATION IS NOT CURRENTLY AVAILABLE AND MAY NOT DEVELOP FROM THIS RFI. If a solicitation is issued it will be announced at a later date and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25617N0192/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0192 VA256-17-N-0192.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201489&FileName=VA256-17-N-0192-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201489&FileName=VA256-17-N-0192-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04368340-W 20170112/170110234720-3e2459ef9ab74e009a2c5c3f45b6b0ca (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  © 1994-2020, Loren Data Corp.