Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2018 FBO #5902
MODIFICATION

65 -- Image Stream Upgrade OR EQUIPT IDIQ REQUEST FOR INFORMATION (RFI)

Notice Date
1/18/2018
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25218Q0451
 
Archive Date
2/17/2018
 
Point of Contact
Jim Hedman,
 
E-Mail Address
James.Hedman2@va.gov
(James.Hedman2@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This Request for Information Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Request for Information notice is to determine interest and capability of Other than Small Businesses and Small Businesses, including VIP-Verified Veteran-Owned Small Business (VOSB) or Service-Disabled Veteran-Owned Small Business (SDVOSB) prospective contractors relative to the North American Industry Classification System (NAICS) Code 339112 (Surgical and Medical Instrument Manufacturing). The Clement J. Zablocki VA Medical Center located in Milwaukee, WI must replace its current surgical video and image management system in seven-to-eight (7 - 8) operatory suites. The requirement is for equipment on an IDIQ type contract with a five-year period, to generally include the following for each room: Item Description Base System Image/Video routing system that provides support for 4K, HD, and SD source devices that offers a selection of customizable display options and data hookup connections for various imaging equipment modalities, manufacturers, and audio systems. Dual Viewing Feature that allows for multiple video sources being displayed on single monitor. Source Connection Interface kit for connecting Olympus Visera 4K camera systems. Recording HD video recording functionality. DICOM Import/Export interface with existing VA PACS system. Streaming HD video streaming channel functionality (dual channel for observation and surgical viewing). Camera Room overview Pan/Tilt/Zoom HD camera hardware and integration. Audio Audio communication system with hands free operation. Installation Base system installation and project management including de-installation, day rate and off hours and weekend installation provisions. One (1) Data Center/Core to include: Item Description Server Upgrade or replace existing storage and streaming server resources to support up to 10 ORs. HL7 Patient information exchange site hosted software solution. Installation Installation and project management including de-installation, day rate and off hours and weekend installation provisions. Monitors are also required but will be purchased as separate line items, to be a combination of A- and B-type: Item Description Small Display A - Approx. 27' 4K Display 27' 4K display with mounting hardware Small Display B - Approx. 26' Display 26' medical grade surgical field display, ELA, with mounting hardware Large Display A - Approx. 55' Display 55' 1080p LED backlit LCD wall display, ELA, with mounting hardware Large Display B - Approx. 46' Display 46' 1080p LED backlit LCD wall display, ELA, with mounting hardware Equipment for each room can only be purchased one time over the period of five years. The awarded contractor will be required to follow VA design and construction policy. The Government is requesting information from vendors with Federal Supply Schedule (FSS) or open market products that can meet the following specifications/capabilities: Equipment Specifications: Router and Control system Solution is to provide the facility the ability to capture, manage, and archive surgical videos and images. Solution is to provide unified routing of disparate video signals from VA furnished equipment to desired display destinations. Solution is to employ an open architecture that maintains signal quality with minimal degradation during routing regardless of VA furnished equipment make or model. Solution is to improve OR workflow and efficiency. Solution is to include a touch screen video routing control station capable of controlling video source selection and video routing. Minimum 22 touch screen panel Minimum resolution 1920 x 1080 Solution is to allow for manipulation of VA information systems on the same workstation controlling video routing. Solution is to provide a KVM (multiple keyboard, video, and mouse) control system. Solution is to provide a device recognition feature for automatic identification of video source devises. Device recognition feature is to simplify workflow during OR setup and provide a single video source connection device for multiple video input devices that are expected to be used in a standard OR. Solution is to provide a split view functionality to allow for dual tiles view (2 input sources on 1 display). Contractor is to provide up to three (3) wall mounted data port locations in each OR. Contractor is to provide up to three (3) boom mounted data port locations in each OR. Server Contractor is to provide the host and image/video server resources required to control 10 rooms/systems at a minimum. c. Contractor is to provide an HL7 patient information exchange to allow image transfer back to the patient electronic health record. Video Display Twenty-eight (28) minimum 26 Medical Grade Surgical Field Display Display shall provide LCD high definition video output with minimum resolution 1920 x 1080. Display shall be mounted to Stryker boom arms and equipment carriers. Display is to include protective cover. Eighteen (18) minimum 46 1080p LED Backlit LCD wall display Display shall provide LCD high definition video output with minimum resolution 1920 x 1080. Display is to include wall mounting kit. Video Recording/Editing software Solution is to provide image and movie recording capabilities. Solution is to provide image/movie export to various software applications including MS PowerPoint. Solution is to sanitize all patient health information from videos and images prior to exporting from facility server. Solution is to be approved on the VistA Imaging Approved DICOM Modality Interface to allow import and export to outside source (Picture Archiving and Communications System (PACS)/Electronic Health Record (EHR)). Streaming Solution is to allow for the viewing of live OR video streams in real-time. Solution is to provide live video feed provided remotely to aid OR scheduling and workflow. Solution is to provide end user the capability to view any video integrated equipment from any office location within the VA. Solution streaming option is to provide a dual channel (surgical and observation) view. Video Camera One (1) wall mounted Pan/Tilt/Zoom HD camera Audio (to be installed in ORs 1, 2, 3, 4, 5,6, and 7) Solution is to provide speakers and mp3 playing docking station. Audio solution is to be able to be controlled and put to use by a hands-free telephony or equivalent means. Workflow Modules System is to provide a pre-surgical safety checklist module that can be adapted and customized to the hospitals Time-Out safety checklist. When activated the module is to display the checklist on all room displays supporting compliance with Joint Commission s Guidelines for Prevention of Wrong Site, Wrong Procedure, and Wrong Person Surgery. Installation (All areas) Contractor is to meet and coordinate with COTR after contract award to review and finalize the installation schedule Contractor is to furnish all cabling and hardware associated with the integration solution and provide a plan that addresses installation responsibilities of VA, Stryker (Lights and Booms supplier), and Contractor for installation after contract award. Contractor is responsible for the de-installation of existing integration equipment. Contractor shall attend design and planning meetings. Contractor shall configure products for functionality defined by clinical staff at facility prior to and during installation as long as it does not incur additional costs not bound by a modification to the awarded contract. Contractor shall work with COTR and appropriate medical facility staff to install all necessary components of integrations systems data system to include but not limited to server, server setup, and other IT installation needed for the Contractor provided solution. Contractor is to provide all documentation and instructions needed for EHR integration. Contractor is to make clear what the VAs responsibilities are for this integration. The Contractor is to support off-hours/weekend installation if requested by the facility. All contractor provided systems must be running on a supported operating system. PIV/Smart Card integration/authentication The system is to support the use of PIV/Smart Card only authentication with Domain and Active Directory. The contractor is to ensure the current software configuration and any new software upgrades are PIV-enabled by accepting HSPD-12 PIV credentials using VA Enterprise Technical Architecture (ETA). Direct authentication at a minimum must include Public Key Infrastructure (PKI) based authentication supportive of Personal Identity Verification (PIV). Training Contractor shall provide training sessions at the medical facility to accommodate all clinical users. The training service will be determined as completed in writing by the local VA clinical manager. Contractor shall train Biomedical Engineering and other identified technical staff about normal system maintenance, including associated servers, and provide written documentation about maintenance recommendations and procedures. This training and documentation shall detail initial response to problem solving and must include information on triaging system components to efficiently determine nature of failure, as well as system monitoring and recommended corrective actions. General Construction notes Contractor is to provide a complete turnkey procurement and installation of the new video integration. The Contractor is to provide the project management and compile a turnkey solution that provides all labor, material, tools, equipment and accessories necessary to completely remove the current integration system and then furnish, deliver and install a fully-functional, fully-integrated system consisting of the displays, video recorder/manager system, router, any needed electrical, telecommunications, and all additional accessories. The Contractor and relevant subcontractors will be responsible for all final testing of the new equipment prior to acceptance by the Medical Center. Upon completion of contract, deliver work complete and undamaged. Existing work (walls, ceilings, partitions, floors, mechanical and electrical work, etc.) disturbed or removed as a result of performing required new work, shall be patched, repaired, reinstalled, or replaced with new work, and refinished and left in as good condition as existed before commencing work. Contractor shall furnish all labor, materials, equipment, instruments, and forms, to conduct and record final tests of altered or newly installed utilities and equipment. Contractor shall provide qualified, factory-trained manufacturers representatives to give detailed instructions to assigned Department of Veteran Affairs personnel in the operation and complete maintenance for each piece of equipment. All such training will be at the job site. Contractor is to provide up to three (3) single gang cut boxes, conduit, blank box covers, and pull strings at VA determined wall locations for video integration requirements. Contractor is to reference and adhere to VA construction guidelines listed in the attached policies. The guidelines have been adjusted to fit the scope of this project and any questions about VA policy or guidelines should be brought forth to the COR prior to any construction being conducted. 010110 1-Hour Construction Smoke Barrier 010110 Fire and Safety Control (FSS) 010110 SN Special Notes 013526 Safety Requirements Telecom Cabling Addition & Expansion Policy Floor plans will be attached to solicitation and contractor may request dwg files as needed for planning. Infection Control Contractor is to submit a Risk Assessment (VA Infection Control Risk Assessment (ICRA)) and receive approval from the VA prior to beginning any construction. Contractor is to implement the requirements of VAMC s ICRA team. ICRA Group may monitor dust in the vicinity of the construction work and require the contractor to take corrective action immediately if the safe levels are exceeded. Temporary walls or dust barriers are required to enclose areas under construction. Refer to 010110 1-Hour Construction Smoke Barrier for construction barrier guidelines Contractor is to adhere to all Infection Control guidelines as listed in 010110 Infection Control. Period of Performance Contractor will have 14 working days to complete installation and training of the system after the delivery date is established with the COTR. Contractor is to work with phased implementation as requested by facility or COTR. Contractor is to provide an extended warranty covering all labor, parts, and servicing for defective equipment and systems for at least three (3) years from the final date all equipment is accepted by the facility. Interested Other Than Small Businesses and Small Businesses including VIP-Verified VOSBs and SDVOSBs are required to submit an e-mail delineating: Qualifications, capabilities, and experience for providing this product; Business size/Socioeconomic status; If the product is on the Federal Supply Schedule or the Open Market; and Memo or correspondence which authorizes distributor to distribute the manufacturer s products. This is not a Request for Proposal or an announcement of a solicitation and no solicitation package exists at this time. Your responses will be used solely for market research purposes of the Government. The Government will not pay for any materials provided in response to this notice and submissions will not be returned to the sender. VOSBs and SDVOSBs must be registered and verified in VIP for set-aside consideration. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339112 and the small business size standard is 1,000 employees. Responses due are to be submitted by e-mail to Jim Hedman at james.hedman2@va.gov. The information requested must be received no later than 09:00 a.m. Central Standard Time on January 25th, 2018.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25218Q0451/listing.html)
 
Record
SN04793839-W 20180120/180118231757-15d97d0f3e157b0750113bb53fa756b9 (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.