Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
MODIFICATION

D -- Internet Protocol Nurse Call System - GIMC in house map

Notice Date
8/8/2017
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
17-245-SOL-00012
 
Archive Date
9/13/2017
 
Point of Contact
margaret shirley-damon, Phone: 928-871-5899
 
E-Mail Address
margaret.shirley@ihs.gov
(margaret.shirley@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Attachment for reference only. All technical questions are to be presented to Margaret Shirley-Damon. Solicitation No. 17-245-SOL-00012_Amendment 2 NOTE: This requirement is being revised to the latest amendment with a scheduled walk through on Thursday, August 10, 2017 at 1:30 p.m. Mountain Time. Meeting location: GIMC Maintenance Shop, Bldg. 5000, 516 E. Nizhoni Blvd., Gallup, NM 87301. All previous information issued prior to this amendment is hereby void. This is 100% Buy Indian Small Business Set Aside in accordance to 25 U.S.C. 47. Purpose of Contract: The Navajo Area Indian Health Service (NAIHS), Gallup Indian Medical Center (GIMC) is seeking to procure an Internet Protocol (iP) Nurse Call System. Contractor shall furnish all labor, supervision, materials, supplies, tools, equipment, and expertise necessary to perform the installation of the iP Nurse Call System. Background: IHS is an agency within the U.S. Department of Health and Human Services and is responsible for providing federal health services to American Indians and Alaska Natives. The provision of health services to members of federally recognized tribes grew out of the special government-to-government relationship between the federal government and Indian tribes. The IHS is the principal federal health care provider and health advocate for the Indian people. The goal is to assure that comprehensive, culturally acceptable personal and public health services are available and accessible to American Indians and Alaska Natives (AI/AN). The IHS currently provides health services to approximately 1.5 million AI/AN who belong to more than 557 federally recognized tribes in 34 states. Navajo Area Indian Health Service (NAIHS) administers health centers and hospitals providing health care to approximately 201,583 members of the Navajo Nation. The Navajo Nation is the largest Indian tribe in the United States and has the largest reservation, which encompasses more than 25,516 square miles in northern Arizona, western New Mexico, and southern Utah, with three satellite communities in central New Mexico. The NAIHS is the primary provider of inpatient, ambulatory care, preventive and community health, and environmental health services for members of the Navajo Nation and the San Juan Southern Paiute Tribe. Gallup Indian Medical Center (GIMC) is a 96-bed hospital in Gallup, New Mexico, on the border of the Navajo Reservation. Clinical specialties at GIMC include Internal Medicine, Cardiology, Anesthesia, OB/GYN, General Surgery, Orthopedics, Ophthalmology, ENT, Radiology, Pathology, Pediatrics, Psychiatry, Emergency Medicine, and Urology. The workload at Gallup is one of the largest in the Indian Health Service with 380,000 outpatient encounters and 3,300 inpatient admissions annually. GIMC has the largest staff of all Navajo Area IHS facilities. Background: GIMC Main Hospital Bldg. 2000, was built in 1961 and building materials and conditions correspond with a 56 years old building. There are ongoing small in-house Facilities Maintenance remodel projects along with private sector construction contractors completing various infrastructure improvement projects related to HVAC Systems and plumbing systems. The existing GIMC Main Hospital building conditions consistent of mostly outdated materials and finishes with some newer sections of hospital, which were renovated within last 5 years. Emergency Dept. Expansion Project takes place on 1st floor of GIMC Main Hospital Bldg 2000, with 2 years construction schedule started from Dec. 2016 through Jan. 2019. This ED Expansion Project is expanding the space and capacity of Urgent Care Clinic and Emergency Departments to improve access to patient care and improve patients' experience. The building condition within this ED Expansion Project will consistent of new materials, compliance with most recent building codes and new finishes. Project Walk Through: August 10, 2017 at 1:30 P.M., Location: GIMC Maintenance Shop, Building 5000. Statement of Work: Contractor shall furnish all labor, supervision, materials, supplies, tools, equipment, and expertise necessary for design, assembly, delivery, and installation of a state of the art healthcare IP nurse call system to the Emergency Department (ED) and Urgent Care Clinic (UCC) of Gallup Indian Medical Center, Gallup, New Mexico. A. The Contractor shall provide services to the following locations: 1. Emergency Department (ED), 1st Floor a. 23 Single Patient Stations; b. 27 dome lights; c. 5 Lavatory/shower pull cords; d. 2 Master Stations at nurse stations and/or specified areas; e. 4 Staff Duty stations; f. 18 Remote Cancels. 2. Urgent Care Clinic (UCC), 1st Floor a. 17 Single Patient Stations; b. 21 room domes; c. 4 Lavatory pull cords; d. 1 Master Station at front desk and/or specified area; e. 4 Staff Duty stations; f. 17 Remote Cancels. B. A minimal fundamental Nurse Call System (NCS) performs the following operations: 1. Call Initiation - Activations of a staff or patient request for assistance vis fixed or portable call initiation station; 2. Notification - call annunciation (audible and visual) at a primary nurse control station; 3. Notification - call placed indicator (visual) on the call initiation station; 4. Notifications - call annunciation at a corridor lamp/dome light; 5. Call reset/cancellation. C. The system shall have the following functional requirements: 1. An IP-based nurse call system; 2. A full duplex audio functionality; including paging capability within a wireless handset 3. Nurse call system shall be installed at central station and nurse duty station located in hallways, exam rooms, and main nurse stations; 4. Patient room stations to accommodate both single and dual occupancy rooms; 5. Dome lights for each patient room, lavatory stations and shower stations; 6. Lavatory and/or shower pull cords where applicable; 7. Incorporate Wireless paging technology and mobility; 8. End user Reporting Functionality. D. The system shall have the following Technical Specifications: 1. IP Based nurse call systems, all cabling shall be White CAT6 240 MHz plenum; 2. A Virtual server shall integrate with current VMWare 5.5 eSXI environment; a. Any database software shall be licensed; b. Shall have Use of EMT conduit / J-box's; a. Patient Stations require 3 gang box; b. 1" EMT conduit from patient room to cable tray; c. Lavatory stations require single gang box; d. Remote cancel require single gang box; e. A Breakaway 37-pin bed to wall connector receptacle; f. All cabling shall be installed in conduit and fully segregated from main voltages; g. All cabling shall be ran in the main cable tray; h. UPS battery backup units shall be installed per installed central station location. Technical Evaluation Factors: The Government will evaluate the following elements on a rating scale related to risk level as shown at the end of this document. An evaluation team consisting of Navajo Area Indian Health Service and Gallup Indian Medical Center personnel will evaluate the quotes based on the categories below.  Factor 1: Past Performance  Factor 2: Deliverables/Logistics  Factor 3: Warranty/Technical Capabilities  Factor 4: Project Timeline/Schedule Factor 1: Past Performance: The Past Performance factor will be evaluated based on the degree to which the offeror's: a. Past performance reflects the offeror's description of innovations used and/or awards received that are directly applicable to the effort described in the RFQ. b. Past performance reflects the offeror's approach to client support to include quality control, risk management, and maintaining effective lines of communication. c. Past performance reflects the degree to which performance was successful for projects of similar size, scope, and complexity. Factor 2: Deliverables/Logistics: The deliverables factor will be evaluated based on the degree to which the offeror's: a. Stability of product; b. Training Documentation; c. Support for software/equipment installed, includes hardware and software technical support beyond the standard manufacturer's warranty for 3 years; d. Digital blueprint of nurse call design and layout; e. Design build, AutoCAD drawings, materials lists, equipment installed, system programming, testing of devices, demo of existing devices; f. Conduct knowledge transfer and staff training of system within 30 days of product delivery for a staff of 10. Factor 3: Warranty/Technical Capabilities: The warranty factor will be evaluated based on the degree to which the offeror's: a. Replacement parts, warranty repair, and labor for a duration of 3 years post installation. Factor 4: Project Timeline/Schedule: The Project Timeline factor will be evaluated based on the amount of days allocated for project completion from notice to proceed to final inspection/acceptance. a. Offeror shall submit a preliminary schedule in the form of a Gantt chart that shows project milestones such as design, ordering, delivery, installation, and close out; b. Nurse call project shall be completed and/or near completion by 120 days from initial start date. Supporting Information Place of Performance: Gallup Indian Medical Center, 516 E. Nizhoni Blvd. Gallup, NM 87301 Period of Performance: The effective date of this contract is from Date of Award through 120 days; entire project shall be complete within 120 calendar days. Government Furnished Information and Services: Government-unique information related to this requirement, which is necessary for Contractor performance, will be made available to the Contractor. The Contracting Officer or designee will be the point of contact for identification of any required information to be supplied by the Government. Contractor Furnished Equipment: The Contractor shall furnish its own equipment for the performance of the job. For security reasons, all Contractor equipment shall be identified with a company label or logo to show proof of ownership. It is standard practice for security personnel to challenge visitors to show proof of ownership of IT equipment. The Contractor shall ensure security policies are followed and met. Project Schedule: Contractor shall provide a complete project schedule with milestones for submittal review, delivery, installation, etc. Additionally, contractor shall work closely with COR and construction general contractor (Kautaq) to schedule installation of Nurse Call System under each different phase of construction as to not delay completion and start of patient care services. GIMC does not have the storage space to store IT Equipment, therefore all equipment must be delivered once written approval has been received from COR. The storage of such equipment will be the responsibility of awarded Contractor until the construction area is ready for such equipment installations. Contractor personnel list: Contractor shall provide the Government a list of personnel who will be involved in the project within five (5) calendar days after award. Contractor shall provide Influenza (Flu) Shot at their own expense to their personnel and provide Flu Shot documentation to COR or designee upon issuance of Contract. This is in compliance with IHS mandatory influenza policy. Contractor's Representative: Designate a person whom we may contract for prompt Contract Administration. In the event your firm receives a contract as a result of this solicitation. Name: _________________________________________ Title: _________________________ Address: ______________________________________ Telephone: _______________________ Install Hours: Contractor shall conduct services during regular business hours to the maximum extent possible according to the schedule developed with Agency Approval. If required to meet the approved installation schedule, evening and weekend hours may be necessary and determined in advance and with approval from Contracting Officer as based on building requirements and/ or client time requirements. Contractor shall attend and familiarize themselves with the conditions of the facility and locations, review all site conditions and verify they are in accordance with drawings and field conditions and are acceptable for the nurse call solution. Contractor shall meet with the COR and Department Supervisor to review the enterprise solution prior to final selection. Contractor shall attend scheduled Expansion Project meetings as specified by COR. Contractor shall be licensed to perform work in the state of New Mexico. Post Installation Services, contractor shall: 1. Coordinate disposal activities with the building owner. Remove all packing materials, debris, and cartons from the job site daily. 2. Conduct Installation Training: The contractor shall conduct knowledge transfer and staff training on system operation within 30 days of product delivery for a staff of 10. Notice of Mandatory Kick-Off Meeting for Awarded Contractor: Contractor and agency representatives shall meet for a mandatory kick-off meeting to coordinate deliverables and installation with the COR and project team members. Location and time to be determined. Safety and Security Requirements: Contractor shall develop and maintain a comprehensive safety program. All contractor's personnel onsite must use Personal Protective Equipment (PPE) that meets OSHA regulations and other applicable safety regulations. Contractor shall comply with Hospital's Interim Life Safety Measure (ILSM) and Infection Control Risk Assessments (ICRA) while doing business on IHS property. All work areas shall be maintained in a clean and orderly condition with NO piling of demolished materials. Method of Award: The Government anticipates awarding a firm fixed price award to the offeror whose quote is the most advantageous to the Government, price and other factors considered. Technical quotes will be evaluated based on the factors described herein. Award will be made to the offeror whose quote is determined be the best value for the Government. Quote shall set forth full, accurate, and complete information as required by this solicitation package (including Attachments). The penalty for making false statements in quotes is prescribed in 18 U.S.C. 1001. Hours of Operation: Normal hours of operation: 8:00am - 5:00 pm, Monday through Friday, excluding federal holidays. Overtime and holiday pay are not authorized. However, some services may be required to be performed after normal hours of operation. In this case, the contractor shall coordinate times and access to the building with the COR or designee. Contracting Officer Responsibility: Authority to negotiate changes in term, conditions, or amounts cited in this contract is reserved for the Contracting Officer. Contracting Officer's Representative (COR): The COR for this contract will be: Ali Ali, Facilities Manager. Phone: 505-722-1558, Cell: 505-409-6026, email: ali.ali@ihs.gov The COR is responsible for: 1. Monitoring the Contractor's technical progress, including surveillance and assessment of performance and recommending to the Contracting Officer changes in requirement. 2. Performing technical evaluation as required. 3. Performing technical inspections and acceptance required by this contract; and 4. Assisting the Contractor in the resolution of problems encountered in performance. Gallup IT Point of Contact: Adrian Haven, Supervisor IT Specialist, CIO Office: 505-722-1300 Cell: 505-979-8220 Email: adrian.haven@ihs.gov Attachment: 1. GIMC in house maps for reference only.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/17-245-SOL-00012/listing.html)
 
Place of Performance
Address: Gallup Indian Medical Center, 516 E. Nizhoni Blvd., Gallup, New Mexico, 87301, United States
Zip Code: 87301
 
Record
SN04618512-W 20170810/170808233026-da94dd8ef9dc28faf58f23bf38dad886 (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.