DOCUMENT
65 -- Upgrade Wanderguard system - Attachment
- Notice Date
- 4/19/2017
- Notice Type
- Attachment
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70114
- ZIP Code
- 70114
- Solicitation Number
- VA25617N0603
- Archive Date
- 6/18/2017
- Point of Contact
- Winston P. Graber
- E-Mail Address
-
6-8466<br
- Small Business Set-Aside
- N/A
- Description
- Department of Veterans Affairs Memorandum Special Notice This is not a request for proposal or a request for quote. There is no solicitation documentation available Under F.A.R Part 6.302-1. This is a notice of intent; The Houston, TX. Veterans Health Care System intends to negotiate a sole source firm fixed price contract with RF Technologies GSA contract # GS-07F-9720H located at 3125 N. 126th ST. Brookfield, WI. 53005. RF Technologies installed the orginal system and will upgrade the current failing WanderGuard system to increase patient safety and reduce patient elopement. The statutory authority for the sole source procurement is 41 U.S.C.253(b)(c). Oral communications are not acceptable in response to this notice. Interested parties may identify their interest and capability to respond to this requirement no later than April 27, 2017, @ 10:00 PM CST. Responses must be in writing and must provide clear and concise documentation, indicating an offerors ability to meet the required services. Responses will be emailed to winston.graber@va.gov. Emails are not to be in the excess of 5MB. Prospective offerors shall complete electronic annual representations and certification at http://orca.bpn.gov, shall be registered in the Central Contractor Registration (CCR) database at http://www.ccr.gov prior to award of a contract. SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR Elopment Management System Background: The Michael E. DeBakey VA Medical Center (MEDVAMC) is currently using RF Technologies Safe Place Pateint Elopment Management System on the five nursing units of the Community Living Center (CLC) and one nursing unit in Mental Health. This system has a number of RF bands that are worn by specific pateints that are deemed high risk from elopement and and are often cognitily impared. This improves the safety for these select pateints. MEDVAMC now needs to expand this system to a total of ten care areas. These areas include five CLC units, four Mental Health units, and the Emergancy department. There is also a need to upgrade the current system to to new software. Some of the current hardware will be maintained and would provide some cost savings. Project Scope: The overall price of this project is $60,000, for a One (1) Sever Rack Mounted, ten (10) Desktop Personal Computers (PC), ten (10) 17 Touch Screen Monitors, installation and software update from 6.0 to 10.2. Sever and PC creation will occur offsite. Delivery and Installation is expected to take four business days. LINE ITEM QUANITY UNIT OF ISSUE Sever Rack Mounted 1 Each Desktop PC 10 Each 17 Touch Screen Monitors 10 Each Installation & Software update 10 Service Supply Specifications Requirements: Physical Characteristics Several pieces of equipment that replace existing equipment located in ten (10) care areas http://www.rft.com/Patient-Security/Elopement-Management PLACING AN INTERNET LINK TO A WEB-SITE WITH PRODUCT PHOTOS AND INFORMATION WILL ASSIST IN PROCUREMENT. Warranty and Support: The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty. Delivery Location: Michael E. DeBakey VA Medical Center 2002 Holcombe Boulevard Houston, TX 77030 ATTENTION COR EVERYTHING BELOW THIS LINE SHOULD BE COMPLETED ON AN AS NEEDED BASIS. __________________________________________________________________________ Installation: All work and installation will be coordinated with the COR and/or OI&T, and Biomedical Engineering groups. Phasing and work schedule will be provided and coordinated with the COR. A detailed installation schedule will be provided during a project implementation kick-off meeting. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space and space available shall be as determined by the COR. Training: The Contractor will be responsible for providing on-site user training of the Clinical Staff. Each site will have one (1) week(s) onsite user training included to be used at their discretion. The training can occur at any location within the individual s site network of hospital or clinics. Training can be held concurrently at multiple sites or staggered as deemed by CO and/or COR. Training shall have a one (1)-year window to be used. Operations and Storage Areas: The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. Working space and space available shall be as determined by the COR. Debris will be removed daily by the contractor unless otherwise directed. Workmen are subject to rules of the MEDVAMC applicable to their conduct. All personal automobiles and contractor trucks shall be parked at the contractor's staging area or offsite of the MEDVAMC premises. Execute work so as to interfere as little as possible with normal functioning of the MEDVAMC as a whole, including operations of utility services, fire protection systems and any existing equipment, with work being done by others. Do not store materials and equipment in other than the designated contractor storage areas. Daily, Contractor shall keep work, storage, and staging areas clean and neat. Contractor shall provide sufficient trash containers so that there is no debris lying around. The containers shall be emptied at least weekly and more frequently, if needed. Protection of Existing Structures, Equipment, Utilities, and Improvements: The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site. The Contractor shall replace at his own expense damage to such items to the satisfaction of the Contracting Officer. Contractor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of installation against dust, debris and physical damage, so that equipment and affected areas to be used in MEDVAMC operations will not be hindered. Contractor shall permit access to VA personnel through installation areas as required for maintenance and normal MEDVAMC operations. When the installation area is turned over to Contractor, Contractor shall accept entire responsibility therefore. Contractor shall maintain in operating condition, existing fire protection, alarm equipment and other operating equipment in the installation area. IT IS VERY IMPORTANT THAT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERRUPTED WITHOUT TWO WEEKS PRIOR WRITTEN NOTICE AND APPROVAL FROM THE VA MEDICAL CENTER. Sign-in Procedures: All Contractor workers are required to sign in and out at the VA Police Dispatch at the corresponding locations as directed by the COR, or designee at each facility. A valid state driver s license or state identification card is mandatory for all employees to have access to these facilities. All contractor employees are required to wear the assigned VA badge at all times. If after-hour key service is needed, contact VA Police Dispatch at 713-791-1414, extension 7106. Material Safety Data Sheet (MSDS): Contractor shall provide three (3) copies of each Material Safety Data Sheet for every product, chemical, etc. used on this project. MSDS sheets shall be provided for any material on the same day those materials arrive on VA property. At no time shall the Contractor have, or permit subcontractors to have, materials on station without MSDS sheets. All instructions for use shall be followed. Products will not be used until MSDS's are submitted to the COR. The contractor shall maintain a current, green in color, loose-leaf notebook on the job site at all times, which is readily available for viewing by the COR or VA Safety Officer. Work Hours: Normal business hours are 7:30AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through the COR and approved by the CO. Requests for after hours work must be submitted in writing to the COR and CO. Coordinator two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. ID Badges: All workers are required to obtain a time-limited I. D. badge from the VA Police Service located in the main building, room 1A-74. This badge must be worn at all times when workers are on site. Estimates: Vendors will submit one quotation for the purchase of Elopment Management System and match the requirements outlined in this RFQ. In the quotes, vendors will indicate whether their solution has MET, NOT MET or MET WITH QUALIFICATIONS for each line item in this document (MET WITH QUALIFICATIONS will require a detailed listing of non-compliance). In addition, vendors will complete the Instructions to Offertory s (ITO) and respond in detail to each question. Vendors are required to respond to each item individually in both documents. Include the specification/question number and text in your response document to facilitate review.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25617N0603/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0603 VA256-17-N-0603.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3428980&FileName=VA256-17-N-0603-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3428980&FileName=VA256-17-N-0603-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0603 VA256-17-N-0603.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3428980&FileName=VA256-17-N-0603-000.docx)
- Record
- SN04478021-W 20170421/170419235036-3f0b4bee38c6940fe4f2aae63e354179 (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 |