Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 29, 2020 SAM #6695
SOURCES SOUGHT

J -- 581-20-3-055-0652 Alere Point of Testing Service (VA-20-00039591)(36C245-20-AP-1163)

Notice Date
3/27/2020 12:29:31 PM
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24520Q0330
 
Response Due
4/3/2020 12:00:00 AM
 
Archive Date
04/13/2020
 
Point of Contact
Stephanie.henderson3@va.gov
 
E-Mail Address
Stephanie.Henderson3@va.gov
(Stephanie.Henderson3@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice is for market research to gain knowledge of potential vendors qualified under NAICS code search for 541512 point of care software for I-stat lab results includes Lab PSC J033 repair Lab software maintenance with a NAICS code size standard of 30M. The requirement period of performance may be planned for a base year only. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA ebuy. REQUESTED INFORMATION If you are interested, and can provide the required supplies/services, please provide the requested information as indicated below. Responses to this Sources Sought notice shall also include: company name, address, point of contact, size of business: Is this Alere item on contract with your GSA, SEWP, VA contract, other federal contract, or the NAC contract? If yes, Please provide the contract type, contract number, category(s), sin, and source code. Please indicate business size status and representations for the above NAIC and PSC code, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) with an active registration in VETBIZ, HUBZone, Woman Owned Small Business (WOSB), Small Business, Large Business, etc.). Please provide copy authorized seller letter if you are not the manufacturer. LINE ITEM: Item number Description Quantity /Unit of measure Price 1 Software Hardware (server)Software (interface and management) for Roche ACCU-CHEKr Inform II (Glucose), Training eQuiz (competency and education package), Abbott i-STATr (Troponin, Creatinine, Blood Gases, Ionized Calcium, and Activated Clotting Time) and the Roche Coaguchek. An operating server (Physical or virtual) is required in this comprehensive package 12 MO NA SOW Objectives The benefit of this comprehensive system platform is multifold: Reduces clerical error and enhances test result accuracy by automatically transmitting to CPRS via XXX messaging. Protects Veterans Personal Identifiable Information. Real Time review of unusual test results. System allows for internal system settings that meet regulatory requirements such as: Operator Lockout, Quality Control Lockout, Lot approvals, Flagging of unusual test results, etc. Reduces staff time spent in maintenance and quality control documentation by eliminating maintenance logs. All maintenance is auto recorded. Provides ease of use and greater time management for laboratory review. Reports can be generated for statistical analysis and review as required for regulatory compliance in Quality Management. On-site system provides for greater management options and site-specific needs. General Requirements: Windows 2008 Server R2 SP2 SQL 2014 R2 Ability for an ADT setup (Patient ID, Name, DOB) If an upgrade to the DMS is required for improved test system management, the middleware connectivity shall be able to accommodate these upgrades at no extra charge to the facility. Secure email integration with no additional setup or user update required. Data sent is accessible only within hospital firewall. Permission-based, password protected data management, with customizable scope and permission settings for user specific access tailored to job function. Ability to produce standard laboratory reports including statistical analysis of quality control data. Automated Operator Re-certification. Additional testing locations, number of instruments utilized, removed or changed with the interface shall be at no additional cost. Annual support fees shall be a set all-inclusive cost and shall not be modified due to additional testing locations or additional docking station locations. No annual device or location license fee. Ability, if needed, to capture non-instrument test results and manage quality control and operator information. Comply with all state and federal agency requirements as mandated by the federal and state statutes. The Vendor shall be responsible for providing the transitional staff training, instruction with ongoing consultation as needed. Physical or Virtual server capable of hosting the required software. The Vendor Project Manager will meet, as necessary, with Herschel Woody Williams Medical Center, Huntington WV representatives or designees to discuss immediate administrative, technical issues, or problem areas involving the software performance. Service and Maintenance: The Contractor agrees to maintain the minimum acceptable service for technical situations by providing a working telephone number to speak with a service representative with knowledge of the device and technical ability to troubleshoot the device. The contractor provides 24 hour, 7 days a week Technical Support by phone or email. If an answering service is supplied over a weekend or holiday the expectation is that there will be a call back within 30 minutes of initiating the service call. The Contractor will also provide the necessary information to replace an inoperable module. Supplies: The Contractor shall provide all required hardware, software, and related consumables supplies to support the transmission of electronic data for each ordering facility at no additional cost. Any necessary additional required connections shall be the responsibility of the Contractor. All equipment, software, and hardware remain the property of the Contractor. All risks of loss remains the responsibility of the Contractor. The government is not responsible for loss due to negligence, fire, water, or other natural disaster or damage from terrorism or war, and any other resultant damage to equipment, software, hardware and connections. Middleware capable of interfacing with POC Capability to upload data remotely with USB Security Any security requirements of the Contracting personnel will be specified by the ordering facilities Information Security Officer (ISO). The requirements may apply to personnel, contractor property and/or information technology. The Contractor shall abide by the VAAR-852.273-75 SECURITY REQUIREMENTS FOR UNCLASSIFIED INFORMATION TECHNOLOGY RESOURCES (Interim Oct 2008), as stated in appendix B of VA Handbook 6500.6. NOTES All Capability Statements/Responses to this Sources Sought notice shall be submitted via email only to stephanie.henderson3@va.gov. Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted in response to this Sources Sought notice. Responses to this Sources Sought notice must be received no later than 4/3/2020 at 1:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. Please reference the following in your email subject line: 36C24520Q0330 Sources Sought Notice Response End of Notice
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2f58798bfb8b42718b9717d98f1627ef/view)
 
Place of Performance
Address: Dept of Veterans Affairs;Huntington VAMC;Contract Office;1540 Spring Valley Dr;Huntington WV 25407, USA
Zip Code: 25407
Country: USA
 
Record
SN05603089-F 20200329/200327230151 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.