Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2017 FBO #5754
DOCUMENT

65 -- LV36 - Vital Signs Monitors - Attachment

Notice Date
8/23/2017
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Program Contracting Activity Central;6150 Oak Tree Blvd, Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA70117Q0095
 
Response Due
8/31/2017
 
Archive Date
10/30/2017
 
Point of Contact
Christina Shockey
 
E-Mail Address
le
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT #VA701-17-Q-0095 The Department of Veterans Affairs is seeking sources that can provide Vital Signs Monitors as part of the initial outfitting and activation of the new VA Medical Center in Aurora, CO. The scope of work will include, but is not limited to, project management, software, equipment, delivery to the destination (FOB Destination), and installation. Interested vendors will be asked to identify whether they are able to provide installation in addition to delivery of the item. Please note, the site is considered an active construction site while the construction contractor is still performing work. Personnel that will be providing installation services will be required to wear safety gear such as hard hats, over the ankle boots, reflective safety vests, eye protection, and gloves. The Contractor will be required to coordinate delivery or delivery/installation (as applicable) with the designated Contracting Officer s Representative (COR) after award. The estimated timeframe for delivery/installation is January 2018. However, since the construction contractor is still on site, delivery dates may need to be adjusted to accommodate the construction/facility activation schedule. Descriptions of the items are listed below. This sources sought notice is for market research purposes only. A determination on the contract type, mechanism for procuring the services, and possible set-aside will not be made by the Government until after the market research has been completed. No proposals are being requested or accepted under this synopsis. The anticipated North American Industry Classification System Code (NAICS) for the requirement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing. REQUESTED INFORMATION FROM INTERESTED VENDORS Qualified companies are encouraged to respond. Responses should provide the following information in response to this sources sought announcement: Business name and address; Name of company representative and their business title; Nature of business, pertinent details and experience; Business size as it relates to the NAICS code 334510 (and other recommended NACIS codes as applicable) and associated SBA size standard; For small businesses responding, please include in your response whether your business is able to provide the items as (1) a small business manufacturer or (2) a small business non-manufacturer providing items manufactured by a domestic small business manufacturer (ref. Non-manufacturing Rule requirements at 13 CFR § 121.406). If providing a percentage of the items as a small business manufacturer or non-manufacturer, please identify the approximate percentage of the items that would be manufactured by a large business. If your small business fits into a socioeconomic category, please indicate the socioeconomic category/categories. If identifying as a Veteran-owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB), please indicate if your company is CVE certified by the Center for Verification and Evaluation to be eligible for the VA Veterans First Contracting Program. PROCEDURES Interested vendors should provide a statement of interest on company letterhead including the above information. Please do not provide quotes or bids. Cut sheets/specification sheets may be provided. Responses must be submitted no later than 2:00PM (EST), August 31, 2017 via email to the point of contact concerning this sources sought action, Christina Shockey, at Christina.Shockey @va.gov. The alternative point of contact concerning this sources sought action is Michelle Rhodes, at Michelle.Rhodes@va.gov. This Sources Sought Notice is a required component of a complete and systematic process to evaluate interested parties in order to minimize cost both to potentially interested parties and the Government. Interested sources are also encouraged to submit product literature in response to this notice. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposal. No basis for claim against the Government shall arise as a result of a response to this Sources Sought Notice or Government use of any information provided. Elaborate proposals or pricing information are neither required nor desired. Any innovative and new conceptual ideas to achieve the stated objective are encouraged. No solicitation document exists for this request for Sources Sought. This notice is for informational purposes only; it is not a request for proposals nor should it be construed as a commitment by the Government. The Government will not pay for any effort expended into responding to this sources sought announcement. Contracting Office Address: Program Contracting Activity Central 6150 Oak Tree Blvd. Independence, OH 44131 Place of Performance: VA Eastern Colorado Health Care System Research Facility located at: 1700 N. Wheeling Street Aurora, CO 80045 Point of Contact: Christina Shockey, at Christina.Shockey@va.gov Alternative Point of Contact: Michelle Rhodes, at Michelle.Rhodes@va.gov ITEMS PROJECT MANAGEMENT The Contractor shall deliver a Contractor Project Management Plan (CPMP) that lays out the Contractor s approach, timeline and tools to be used in execution of the contract. The CPMP should take the form of both a narrative and graphic format that displays the schedule, milestones, risks and resource support.  The CPMP shall also include how the Contractor shall coordinate and execute planned, routine, and any data collection reporting requests as identified within the PWS. The initial baseline CPMP shall be concurred upon and updated in accordance with Section B of the contract. The Contractor shall update and maintain the VA PM approved CPMP throughout the PoP. Deliverable(s): Contractor Project Management Plan Project Schedule to include Milestones, Deliverables, and Critical Path Verification & Validation (V&V) Plan Training Plan Risks Management Plan Operations & Maintenance Plan (See Section 5 for further Detail) Project Closeout Activities/Procedures REPORTING REQUIREMENTS The Contractor shall provide the COR with Weekly Progress Reports including installation progress, in electronic form in Microsoft Word and Project formats. The report shall include detailed instructions/explanations for each required data element, to ensure that data is accurate and consistent. These reports shall reflect data as of the last day of the preceding Week. The Weekly Progress Reports shall cover all work completed during the reporting period and work planned for the subsequent reporting period.  The report shall also identify any problems that arose and a description of how the problems were resolved.  If problems have not been completely resolved, the Contractor shall provide an explanation including their plan and timeframe for resolving the issue. The report shall also include an itemized list of all deliverables and their current status. The Contractor shall monitor performance against the CPMP and report any deviations. It is expected that the Contractor will keep in communication with VA accordingly so that issues that arise are transparent to both parties to prevent escalation of outstanding issues. Deliverable(s):   Weekly Progress Report INSTALLATION ASSEMBLY, CONFIGURATION, AND INSTALLATION The Contractor is required to provide and coordinate all assembly, configuration, and installation of the equipment and software listed in this PWS. The Contractor is to coordinate all installation timelines with the COR. The Contractor will be provided a Host machine by the Government to install all listed applications and software. The Contractor shall provide all tools, labor, and materials to complete the assembly and installation of equipment and software listed herein. The Contractor shall have an on-site representative for the duration of assembly and installation to serve as the primary point of contact. A staging area will be provided by the Government for the staging of the equipment before deployment. The Contractor shall unpack and install all equipment in the designated areas. Disposing of the any trash, packaging materials, and/or debris will be the responsibility of the Contractor, as the site will not have adequate trash receptors. The Contractor shall provide an Equipment Serial Number Identification Sheet that is to be in the form of an Excel spread sheet that is to include a listing of any and all equipment serial numbers, IP addresses, and MAC addresses with the identify piece of equipment. Deliverable(s):   Equipment Serial Number Identification Sheet TESTING AND VALIDATION The Contractor shall perform testing and validation following installation to ensure all equipment is correctly interfaced with VISTA (Electronic Medical Records) through Health Level 7 (HL7). The Contractor shall test all equipment and software listed in this PWS to verify each item is operating in accordance with manufacturer s standards. The Contractor shall coordinate with the COR to ensure there is correct and proper wireless connectivity before Contractor leaves the site and before turnover of equipment. The Government will not accept any equipment that has not properly interfaced, tested, or validated. The Contractor shall provide a Final Test Plan that includes updates addressing any comments provided by the VA to the draft test plan. Inspection and acceptance testing is to be performed by the Contractor and the COR. In the event deficiencies are identified, the Contractor shall provide a Deficiency Correction Plan which shall include the date the deficiencies was identified, what type of deficiency was identified, and the date in which the deficiency will be addressed. If deficiencies are identified the Contractor shall conduct an additional joint inspection with the COR after addressing all deficiencies. All deficiencies shall be corrected by the Contractor before Government's acceptance. Deliverable(s):   Final Test Plan Successful Testing Verification Wireless/Wired Network Connectivity Verification USER TRAINING CLINICAL STAFF TRAINING The Contractor shall provide onsite clinical training on the use of the equipment and software listed herein. Training sessions shall be held in 30-minute increments for no more than 10 clinician staff members at one time. Training sessions shall not be scheduled to exceed 8 hours per day. Training at a minimum shall include end user roles/responsibility, how to safely operate the equipment, and safety features. The Contractor shall provide a competency check-off sheet for each individual upon completion of training. The Contractor shall provide a minimum of two days of follow-up end user training and system administrator training six months after Government acceptance. Deliverable(s):   Roster Sheet BIOMEDICAL ENGINEERING STAFF TRAINING The Contractor shall provide online technical training and certification for eight (8) Biomedical Engineering staff members. The Contractor shall provide instructions for registering online for the training. The online technical training and certification for eight (8) Biomedical Engineering staff members shall at a minimum include: troubleshooting, performing preventive maintenance, and technical support. The Contractor shall provide a minimum of two days of follow-up end user training and system administrator training six months after Government acceptance. Deliverable(s):   Roster Sheet EQUIPMENT MONITOR, VITAL SIGNS NIBP, TEMP, SPO2 WITH CART & BASKET; JSN: M4116 CONNEX 68NXEX-B OR EQUAL Deliverable(s):   Monitor, Vital Signs NIBP, TEMP, SPO2 with Cart & Basket JSN: M4116 Connex 68NXEX-B or Equal Test system for the maintenance evaluation of vital signs monitors USB Keyboard Cable Management Mobile Stand with Storage Bin 2D Barcode Scanner with Coiled USB Cord SOFTWARE M4116.S Software and Server System Deliverable(s):   M4116.S Software and Server System Test system for the maintenance evaluation of vital signs monitors
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ISC/OISC/VA70117Q0095/listing.html)
 
Document(s)
Attachment
 
File Name: VA701-17-Q-0095 VA701-17-Q-0095.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3752671&FileName=VA701-17-Q-0095-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3752671&FileName=VA701-17-Q-0095-000.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: VA Eastern Colorado Health Care System;1700 N. Wheeling Street;Aurora, CO
Zip Code: 80045
 
Record
SN04642788-W 20170825/170823232957-5bb3ac539d240945d48e0b4ae758706a (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.