Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
DOCUMENT

65 -- Patient Monitoring Upgrade - Attachment

Notice Date
4/20/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017N0499
 
Response Due
5/1/2017
 
Archive Date
6/30/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
opher
 
Small Business Set-Aside
N/A
 
Description
Page 1 of 4 This is a Sources Sought (SS) Notice only, not a solicitation announcement and should not be considered as such. There is no solicitation available at this time. The Government will not pay for any information received in response to this SS, nor will the Government compensate any respondent for any cost incurred in developing the information provided to the Government. This SS does not constitute a commitment by the Government. Any information provided in response to this market survey will be used for informational purposes only and will not be released. Vendor participation is not a promise of future business with the Government. The purpose of this SS is to conduct Market Research to gain knowledge of potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business hub zone, 8(a), small, small disadvantage, or large business) relative to NAICS Code 334510 (size standard of 1250 Employees). The Department of Veterans Affairs, Network Contracting Office 10, is conducting market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Hubzone Small Businesses, Woman Owned Small Businesses or 8(a) firms capable of performing the requirements to warrant a set-aside. The Department of Veterans Affairs (VA) is seeking potential sources capable of providing Patient Monitoring Upgrade to an estimated 13 central stations, 113 bedside monitors, 10 portable patient monitors, and servers required to support the entire patient monitoring network for the Department of Veterans Affairs, VISN 10 Veterans Affairs Medical Centers located in Dayton, OH. Sources should have the capabilities to provide an upgrade to the existing patient monitoring system in order to upgrade the operating system to Windows 7. The current system runs off of Windows XP, and per VA Directive all systems on Windows XP must be replaced by February 2017. We currently utilize Philips monitoring in house. If a manufacturer other than Philips is selected many of the software upgrades included in this procurement would become complete hardware replacements. We would need additional components to complete our telemetry system. Below is a list of salient characteristics required if Philips Healthcare is not selected as the source for this upgrade. Salient Characteristics: Patient monitoring system that is compatible with Windows 7. Require 13 central stations, 113 bedside monitors, 10 portable patient monitors, and servers required to support the entire patient monitoring network. Philips is the current model we use in house. Quoted monitors should be comparable to the below Philips Healthcare monitors. o Intellivue MX450 Standard Monitor, 14 in use o Intellivue MX500 Advanced Monitor, 44 in use o Intellivue MX700 Advanced Monitor, 53 in use o Intellivue MP2 Portable Monitor, 10 in use o Intellivue MX800 Advanced Monitor, 2 in use Our telemetry system is also Philips Healthcare. If an alternative Manufacturer submits a bid they will have to include telemetry to support 48 beds on two separate wards (24 beds each). This will have to include the wireless infrastructure and any additional computer equipment required to integrate into their patient monitoring solution. The telemetry module should be comparable in function as the module we currently have in use. o 48 Intellivue MX40 Telemetry units Contractor shall also comply with any other federal, state, and local laws applicable to the industry. Potential sources must demonstrate experience and knowledge of required services and capability to provide such services. Potential sources should submit: business name and address, point of contact, business size, and any applicable business socio-economic category Capabilities to include at a minimum the following information: Do you currently or have you had past experience with Patient Monitoring Equipment and Software for the Department of Veterans Affairs? If so, how many VA Medical Centers did you support concurrently within a single contract? Which VISN? If company does not have current or past experience providing Patient Monitoring Equipment and Software for the Department of Veterans Affairs do you have current or past experience providing Patient Monitoring Equipment and Software for private or public managed care, insurance or hospital/health systems? Demonstrate your company s experience with supporting usage of Patient Monitoring Equipment and Software. Demonstrated your company s ability to provide for Patient Monitoring Equipment and Software. Demonstrate your capabilities to provide or acquire the necessary resources (i.e. personnel, facilities, materials, transportation, equipment and communication services) to provide upgrades for Patient Monitoring Equipment and Software. Does your company have mechanisms in place for thorough, internal, quality-driven performance improvement activities? If so, provide a summary. How much of the performance under the Patient Monitoring Equipment and Software upgrades would your firm need to subcontract in order to provide the necessary Equipment and Software? Provide specific areas to be sub-contracted. Do you provide certified installers? DUNS number, Is your equipment, software, and installation available on a GSA, NAC, or other government contracting vehicle? Current planned items requested to meet the needs of the government: 1 866389_NBU-New System Upgr PIIC iX RevB 1 EA 2 BBU Surveillance Bed Upgr 68 EA 3 CBU Cardiology WF Upgr 68 EA 4 VBU Visibility WF Upgr 68 EA 5 MDB Additional Media Kits 3 EA 6 866390_EBU-Expanded System Upgr PIIC iX RevB 7 0BU Overview Bed Upgr Exp 32 EA 8 866390_EBU-Expanded System Upgr PIIC iX RevB 9 BBU Surveillance Bed Upgr Exp 36 EA 10 CBU Cardiology WF Upgr Exp 36 EA 11 VBU Visibility WF Upgr Exp 36 EA 12 866390_EBU-Expanded System Upgr PIIC iX RevB 1 EA 13 BBU Surveillance Bed Upgr Exp 44 EA 14 CBU Cardiology WF Upgr Exp 44 EA 15 VBU Visibility WF Upgr Exp 44 EA 16 866390-IntelliVue Information Center iX Expand 17 ENT SQL Server Enterprise B 4 EA 18 NEW New Install 1 EA 19 PHY Physio Server 2 EA 20 RVB PIIC iX Software Release B 1 EA 21 SBS PIIC iX Standby System 1 EA 22 866424-PIIC iX Hardware 23 H31 HP G9 Server 4 EA 24 H3U Server UPS Hardware 4 EA 25 866424-PIIC iX Hardware 26 H1R PC Hardware with RAID 14 EA 27 H1U UPS Hardware 14 EA 28 866126-24" Widescreen LCD Display - touch 13 EA 29 865307-IntelliVue MX800 Software Upgrades 30 DCL Doc. Set for SW Rev.Lxx 1 EA 31 SUL Upgrade to SW Rev. L 2 EA 32 866062_NAM-IntelliVue MX450 US 33 Philips IntelliVue MX450 monitor SL1 MX450 Standard Monitor 14 EA 34 866064_NAM-IntelliVue MX500 US 35 Philips IntelliVue MX500 monitor AL1 MX500 Advanced Monitor 44 EA 36 865241_NAM-IntelliVue MX700 US 37 Philips IntelliVue MX700 monitor AL1 MX700 Advanced Monitor 53 EA 38 866446-IntelliVue MP2 Software Upgrade 39 DCL Doc. Set for SW Rev.Lxx 1 EA 40 SUL Upgrade to SW Rev. L.xx 10 EA 41 M3001A862442-IntelliVue Multi Measurement Server 42 A01 PHILIPS FAST SpO2 111 EA 43 C06 Combined IBP/Temp 111 EA 44 SC2 SRL Connect Cable - 2.0 m 111 EA 45 M3001A862442-CBL 5 Leadset, Grabber, AAMI, ICU 111 EA 46 M1968A989803125841-CBL 5 Leadset, Grabber, AAMI, ICU 111 EA 47 M1599B989803104341-Adult NIBP Air Hose 3.0m 111 EA 48 M1943AL989803128651-Sp02 8-pin D-sub Adapter cable 3m (8pin) 111 EA 49 866394-IntelliVue Smart-hopping 1.4 GHz AP 15 EA 50 MXU0068-Mounting Kits-A03 Tele System Mounting Kit 15 EA 51 865052-IntelliVue 1.4 GHz Remote Antenna 5 EA 52 MXU0068-Mounting Kits-A03 Tele System Mounting Kit 5 EA 53 MXU0069-Connector Kits-A03 Tele System Connector Kit 5 EA 54 866212-IntelliVue Smart-hopping Sync 3 EA 55 865346-IntelliVue Smart-hopping APC 2 EA 56 866427-Cisco 2960 24 Port Gig Switch 10 EA 57 865339-Cisco 3850 12 Port Switch 2 EA 58 862123-Watchdog UPS 10 EA 59 866390_EB1-PIIC iX B.X Expanded Domain 60 BB1 Surveillance Bed Exp 8 EA 61 CB1 Cardiology WF Exp 8 EA 62 VB1 Visibility WF Exp 8 EA 63 865350-MX40 1.4 GHz Smart Hopping 64 MX40 1.4 GHz Smart Hopping 8 EA 65 S02 ECG + Fast SpO2 Enabled 8 EA 66 989803171851-CBL ECG 5lead Grabber, AAMI + SpO2, Tele 8 EA 67 M1943A989803105691-Sp02 9-pin D-sub Adapter cbl 1.1m(8-pin) 8 EA 68 MXU0161-VHM Arm w/6" Down Post (i) 58 EA 69 MXU0166-MX600/800 VHM w/8" Extension 53 EA 70 989805700047-CPU Remote One-Box Sender 13 EA 71 989805700049-CPU Remote One-Box Receiver 13 EA 72 989805700058-RMAV-Remote Location UPS 13 EA 73 989805700075-Rack console, 16 port KVM 2 EA 74 MXU0472-Cat5/5e/6 Cable Terminate & TIA/EAI Test 40 EA 75 MXU0486-Switch and Router Transceiver Modules 24 EA The NAICS code for this procurement is 334510 and the small business size standard is 1250 Employees. Responses to this notice shall be e-mailed to Christopher A. Callihan at christopher.callihan@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 12:00 p.m., Monday, May 1, 2017. This notice is to assist the VA in determining sources only. A solicitation is not currently available. THE VA IS NOT SEEKING PRICING OR OFFERS OF ANY KIND. There is no guarantee, expressed or implicit, that the market research for this acquisition will result in a particular set-aside or sole source award, or any other guarantee of award strategy. All information is to be provided on a voluntary basis at no charge to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017N0499/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-N-0499 VA250-17-N-0499.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3432467&FileName=VA250-17-N-0499-004.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3432467&FileName=VA250-17-N-0499-004.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;Dayton VA Medical Center;4100 West Third Street;Dayton, OH
Zip Code: 45428
 
Record
SN04479768-W 20170422/170420235557-5f122ac329f7f576b8948092e11b871a (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.