Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 06, 2017 FBO #5643
DOCUMENT

65 -- Infusion Pump IDIQ - Attachment

Notice Date
5/4/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24117R0302
 
Response Due
5/31/2017
 
Archive Date
6/30/2017
 
Point of Contact
Mary K. (Kathy) Bosch, Contract Specialist
 
E-Mail Address
ore
 
Small Business Set-Aside
N/A
 
Description
The VISN1 VA Medical Center is advertising for Infusion Pumps to be performed at the following VA Medical Centers: VA Boston Healthcare Network West Roxbury Campus 1400 VFW Parkway West Roxbury, MA 02132 Jamaica Plain Campus 150 South Huntington Avenue Jamaica Plain, MA 02130 Brockton Campus 940 Belmont Street Brockton, MA 02301 VA Connecticut Health System West Haven Campus 950 Campbell Avenue West Haven, CT 06516 Newington Campus 555 Willard Avenue Newington, CT 06111. Bedford VAMC 200 Springs Road Bedford, MA 01730 VA Central Western Massachusetts 421 North Main Street Leeds, MA 01053-9764 VA Maine - Togus 1 VA Center Augusta, ME 04330 VA Manchester 718 Smyth Road Manchester, NH 03104 VA White River Junction 215 North Main Street White River Junction, VT 05009 Please see attached Request for Proposal VA241-17-R-0302. Veterans Integrated Support Network 1 (VISN 1) desires to offer its Medical Centers; including VA Boston Healthcare Network, VA Connecticut Healthcare System, VA Providence Healthcare System, VA Central Western Massachusetts, VA Manchester, VA White River Junction, VA Bedford and VA Maine, a quality product at competitive prices. The purpose of this Request for Proposal (RFP) is to create an Indefinite Delivery, Indefinite Quantity (IDIQ) Contract which will allow all VISN 1 Medical Centered to purchase a Smart Infusion Pump System or components at a firm fixed price as determined in this agreement. The VISN 1 medical centers are in need of a system which can be used for all of their current drug delivery and monitoring needs; including but not limited to large volume drug delivery, syringe drug delivery, patient controlled analgesia drug delivery, and pulse oximetry (SPO2) monitoring. The product and system requirements can be found in section A.2. The facility profiles for the medical centers who will execute orders against this IDIQ can be found in section A.3. The offeror shall include in their proposal the itemized cost schedule of all equipment, parts, software, software licensing fees, infrastructure (i.e.) servers and other network infrastructure devices), and services required to implement the proposed solution including on-going maintenance costs. The offerors shall clearly identify any open market items (including pricing of such items) included in the proposal. The Indefinite Delivery Contract will have a period of performance lasting five (5) years from date of award. The first year will refer to the base year with each subsequent year being an option year. The offeror must provide a supply of Infusion Pump System products for the life of the resulting IDIQ. At no time during the period of performance of this IDIQ shall the prices exceed the agreed upon IDIQ prices. This IDIQ does not obligate any funds, nor is the Government obligated to make any purchases under this IDIQ. As the order resulting from this RFP will exceed the maximum order threshold for Schedule 65IIA, SIN A-64, the VA requests a price reduction from FSS pricing, IAW FAR 8.405.1(d). The offeror shall submit a concise narrative (thirty-five pages or less) of how their offer meets the technical requirement of the solicitation. The narrative shall contain all products which include all features listed as Required in Section A.2. The offerors shall not include equipment not meeting all required features in their proposal. Offerors shall indicate which features listed as Optional are included in the equipment offered. Offerors shall fully describe the following items as part of their proposal: Multi-Channel Capability Power source, including type and number of batteries required Wireless capability, including operating frequencies Dimensions of equipment Weight of equipment Pump mechanism (Note: Positive pressure displacement is preferred) Alarm detection mechanism Software update and upgrade capabilities and implementation process of software updates and upgrades Consumable set required User training availability Biomed training availability Delivery Schedule Drug library characteristics Drug library update implementation process Equipment expected life cycle Parts List and pricing Annual Support Fees and reoccurring maintenance fees for pumps and network infrastructure Integration with Electronic Medical Record vendors The Offeror shall also provide a proposal including required items to implement a full installation of the offeror s system across all of the VISN 1 facilities listed in Section A.3. The facility profiles are also listed in Section A.3. Currently, bed count is offered as a tool to assist with the offerors VISN 1 implementation proposal. All quantity discounts shall be factored into the cost schedule for the full period of performance of this contract. Delivery Schedule: The timeline and plan for implementation at each VISN 1 medical center is to be determined by each medical center individually or by the VISN offices. The Offeror shall assume that greater than fifty percent (50%) of the VISN will replace their inventory within the first two (2) years of the IDIQ. Channel Capability: The offered equipment should be capable of up to four (4) channels to include but are not limited to large volume, syringe, PCA, and SPO2. Software: The system and each component shall have a Dose Error Reduction system (DERS) that detects and prevents most dose-related programming errors and programming of inappropriate or unreasonable infusion. The system and each component should permit configuration of its drug library to a facility s current ordering and delivery practices (i.e., customization of drug names, concentrations, and dosing units); and should be able to specify entire drug names. The system and each component should permit a facility to set total dose and time limits for delivering boluses and intermittent infusions and to associate clinical advisories with any of the drugs/solutions in its library. The software should maintain a history log that stores all drug libraries and limit sets by the date they were enabled and identifies all staff who has signed off on each library. The software should permit easy (e.g., spreadsheet), access-controlled review, editing, and batch programming of the facility s customized drug library and limit sets for each clinical location and application (i.e., for initial programming or for subsequent updates or configuration changes). A facility should be able to upload existing drug libraries to the software. Software upgrade should not be burdensome; pumps should incorporate design elements that facilitate software upgrades Offerors must describe the server requirements needed by the entire VISN to implement a full roll out of their solution if the VISN were to replace the entire inventory in the first year of the IDIQ. This shall include all of the proposed software, including all security access needed, data sharing, communication protocols, and functionality that the VA has to provide in order for the proposed DERS system to fully function. This information should be included in the completed VA form 6550. See attachment in Section D. Communication: The system should allow two-way wireless communication to transfer new drug libraries and software updates from a central server to the pumps, and to transfer events and alarm logs from the pumps to the server. The availability of wired communication is desirable in the event of a problem with the wireless network. Wireless communication should use existing technologies to allow hospitals to take advantage of existing infrastructure which are 802.11 a/b/g using both 2.4 gHz and 5 gHz. All wireless technology shall be FIPS 140-2 compliant. Contractor shall provide a copy of their FIPS 140-2 Certificate. Consumables: The Offeror shall identify and describe all consumables which can be used by each component of the system and the cost for each item based on the profiles of the hospitals in Section A.3. All applicable quantity discounts shall be applied. Equipment Cleaning: Offerors shall describe cleaning procedures and approved cleaning products for the offered equipment and state whether cleaning instructions are included in the product literature. The chemical makeup of the cleaning product shall be clearly identified in the offer. Customer Support: Offerors shall describe the customer support program, including but not limited to in-house training for clinical users, biomedical support, and handling trouble calls. Orientation/Training: Offerors shall describe the method of orientation and training of clinical users. The government desires training for clinical users and biomedical equipment personnel. Offerors should provide details on the vendor-provided training available and specify whether training is included with the equipment purchased or priced separately. If multiple training options are available, offerors should describe each in their offer. Past Performance: As part of their proposal, offerors shall provide past performance information on their three most recent contracts of similar size and scope. Offerors shall complete RFP attachment 1, Past Performance Reference Sheet and return along with their offer. The Offeror shall provide a list of all recalls and alerts pertaining to their product line for the past three (3) years from the date of the solicitation. Integration: As part of their proposal, the Offerors shall provide a list of tested and verified Electronic Medical Record systems (i.e., Computerized Patient Record System (CPRS), CliniComp, and VISTA) which their system has been tested and verified to communicate with. The level of communication should include but is not limited to drug delivery quantities, infusion rates, drug delivery times, and other patient care related data. NC01 Contracting POC is Mary K. (Kathy) Bosch at 802-296-5114
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24117R0302/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-R-0302 VA241-17-R-0302_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3470866&FileName=VA241-17-R-0302-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3470866&FileName=VA241-17-R-0302-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04496370-W 20170506/170504235508-210e108f198745cc4a80123511f6a709 (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.