Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 16, 2020 SAM #6743
SPECIAL NOTICE

65 -- PeriOp Planner Intent to Award Brand Name (LiveData)

Notice Date
5/14/2020 10:11:54 AM
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
PCAC NATIONAL ENERGY BUSINESS CENTER (36E776) INDEPENDENCE OH 44131 USA
 
ZIP Code
44131
 
Solicitation Number
36A77620Q0218
 
Archive Date
06/13/2020
 
Point of Contact
Rachael Avery rachael.avery@va.gov
 
E-Mail Address
rachael.avery@va.gov
(rachael.avery@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Veterans Health Administration Office of Informatics and Analytics April 14, 2020 SPECIAL NOTICE NOTICE OF INTENT TO SOLE SOURCE Package # 105 LiveDate PeriOp Manager RFI ECMS ACTION NUMBER 36E776-20-Q-0218 The Department of Veterans Affairs (VA) Veterans Health Administration (VHA) requires: LiveData PeriOp Planner software, related hardware and connectivity to be intergrated into Pre-Op, Operating Room, and Post-Op areas and Eto be installed into the pre-existing LiveData PeriOp Manager. The Program Contracting Activity Central (PCAC), National Activations Office (NAO) intends to issue a Brand Name Only solicitation for LiveDate PeriOp Manager. This procurement is being conducted in accordance with FAR 6.302-1(c), Only one responsible source and no other supplies or services will satisfy agency requirements and VA Acquisition Regulation 819.7007, Sole source awards to service-disabled veteran-owned small business concerns. The NAICS code for this procurement is 334510 and the Small Business Administration Size Standard is 1,250 employees. This notice of intent to is not a request for competitive quotes. No solicitation document is available and telephone requests will not be accepted. However, any responsible source who believes it is capable of meeting the requirements may submit a quotation with manufacturer cut sheets, which may be considered by the agency, only if received by the closing date and time of this notice. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government. Responses to this notice are due on or before Wednesday May 20, 2022 at 10:00 a.m. (Eastern) to this procurement s Contract Specialist, Rachael Avery, Rachael.avery@va.gov and the Contracting Officer Michelle Rhodes, at michelle.rhodes@va.gov. Contracting Office Address: Department of Veterans Affairs Program Contracting Activity Central 6150 Oak Tree Blvd, Suite 300 Independence, OH 44131 VA Nebraska-Western Iowa Healthcare System Initial Outfitting, Transition & Activation Statement of Work [Title] VA Nebraska-Western Iowa Healthcare System 4101 Woolworth Avenue Omaha, NE 68105 Ambulatory Care Center Project INTRODUCTION Veteran Affairs Nebraska-Western Iowa Healthcare System (VANWIHS) has a requirement to fund a with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. See salient characteristics below. This is in support of a Brand Name Requirement. This requirement is in support of the activation of VA Nebraska-Western Iowa Healthcare System Ambulatory Care Center. The new Ambulatory Care Center has the need for PeriOp Planner software, related hardware and connectivity to be installed in Pre-Op, Operating Room, and Post-Op areas. Live Data is the basis for design. Table 1 Package Items Summary Item Number Part Number Item Description Quantity 1 PeriOp-VA-LG-P DSS VistA integrated LiveData PeriOp Manager Large (6 - 9 ORs). Perpetual license includes: PreOp Board, OR-Dashboard, OR-Schedule Board, Family Waiting Board and PeriOp Planner.Discounted to include only PeriOp Planner Module 1 2 PeriOp-VA-LG-M DSS VistA integrated LiveData PeriOp Manager Large (6 - 9 ORs). Perpetual License annual software subscription maintenance and support M-F 8-7 EST, includes bug fixes, minor release upgrades, telephone support for a period of one year. Discounted to include only PeriOp Planner Module 1 3 DSS-PERIOP SERVER HPE DL360 Gen10 4110 1P 8 CORE SFF Svr/SB, 32GB RAM, 2 x 480GB SATA 6G MU SFF SC DS SSD, CONFIGURED RAID 1 with 2 PARTITIONS: C: 100GB, D: 380GB, HP 9.5mm SATA DVD-ROM Jb Gen9 Kit, HPE DL360 Gen10 8SFF DP/USB/ODD Blnk Kit, 2 x 500W FS Plat Ht Plg LH Pwr Sply HP ProLiant Essentials Integrated Lights-Out (iLO) Advanced Pack, No Media, 1-Server License, including 1 year of 24x7 Technical Support and Updates, MS WS (16 Core) STD ROK en SW 1 4 QM43R 43""/LED/3840X2160/500 NITS/8MS 8 5 EXT WARRANTY32-43 Extended Service Plan to 5 years for 32 or 43 inch monitor 8 6 QM49R 49""/Commercial 4K UHD LED LCD Display, 500 NIT 7 7 EXT WARRANTY49 Extended Service Plan to 5 years for 49 inch monitor 7 8 QM55R 55""/LED/3840X2160/8MS/500NITS 1 9 EXT WARRANTY55 Extended Service Plan to 5 years for 55 inch monitor 1 10 7LJ66UT#ABA HP INC EliteDesk 800G5 DM i79700T 8GB/256 PC Intel i7-9700T, 256GB SSD, 8GB DDR4, W10P6 64bit, 3-3-3 wty U.S. - English Edition 16 11 U7899E HP INC Hewlett-Packard - HP e-Care Pack Next business day Hardware Support-Extended Service Agreement-Parts and Labor- 5 years - on-site NBD 16 12 DSS-LD-ATOCL DSS LiveData OR-Dashboard Active Time Out Clicker, Per Each 14 13 60-600-009 Monitor Mount Ergotron SIM90 Signage INT Mount for Monitor and PC 12 14 C6/BL/6B TTI 6ft CAT6 UTP RJ45/RJ45 stranded PVC w/Boots-Patch cable, Blue 12 15 USB-03AA-MF 3' Black USB A Male to A Female Extension Cable for clicker port 7 16 Periop Displayport-HDMI Cable 6' Displayport to HDMI cable. Connect the displayport output of a computer to the HDMI input of a HDTV or Projector. 12 17 EMRTEC EMR Technical Installation Services Per Hour 18 PROJ-MGMNT DSS Project Manager, price per hour 19 EMRTRN Implementation, Set-Up, Training and Go-Live EMR Training Per Hour 20 EMRTRN ""Pre-Implementation Visit with SuperUsers- create block schedule in production EMR Training Per Hour"" 21 EMRTRN Initial UAT for Planner 22 EMRTRN Remote Training with Users EMR Training Per Hour 23 EMRTRN Remote Kick-Off EMR Training Per Hour 24 EMRTRN Onsite Training with users EMR Training Per Hour 25 PROJ-MGMNT Post Go Live Visit DSS Project Manager, price per hour 26 TRAVEL-Z Travel Per Diem Expenses, estimated per person per week. Actual expenses to be billed according to government regulations. (Open Market item) Additional Item Requirements For the PeriOp Planner System, the vendor shall provide user manuals that describe proper use, care and cleaning for users of the equipment. In addition, the vendor will provide service manuals that includes theory of operation, maintenance requirements, repair information, schematics, part lists and troubleshooting information in electronic format for use by the VA Biomedical Engineering Department. Date of manufacture must not be greater than 2 years before the purchase order date. The equipment must not be used or refurbished and must have the latest manufacturer s software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date. GENERAL CONDITIONS Site Address The address of the VA Nebraska-Western Iowa Healthcare System Ambulatory Care Clinic is provided below. 4101 Woolworth Avenue Omaha, NE 68105 Delivery Schedule Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below. Table 2 Anticipated Building Outfitting Schedule Building Name Building # & Letter Acronym Est. Delivery Start Date Est. Delivery End Date Ambulatory Care Center 4101 15 APR 2020 30 MAY 2020 Schedule and Order Management 2.3.1 The above delivery schedule is based upon the current construction schedule. Due to the nature of activation efforts and construction; timelines and dates may vary and shift. Delivery dates need to be flexible. The delivery of items for installation are dependent upon the completion of applicable areas within the building. If there is a delay, the Contractor may be required to adjust the delivery date at no cost to the Government. The Contractor will coordinate with the on-site POC s before delivery. 2.3.2 The awardees actual delivery dates will be confirmed by VA upon award. 2.3.3 Post-award, the vendor will coordinate delivery identified in this document with the VANWIHS prior to beginning any work (See Section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the CO, COR and the vendor. Delivery and Receiving 2.4.1 Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided post-award. To coordinate delivery, contact Government POC Mark Stockstell at (402) 995-5847, mark.stockstell@va.gov, Colin Beal at (402) 930-7775, colin.beal@va.gov , Dan Thompson at (785) 477-2820, dan.thompson@sme-solutions.co , and Robert Stonerook at (706) 304-7194. VANWIHS Omaha VA Ambulatory Care Clinic (Direct Delivery to address detailed in paragraph 2.1.1) IOT&A Contractor-Provided Warehouse Local to the VANWIHS SME Solutions Warehouse: Attn: SME Solutions-VA Project, Gratton Warehouse Co. 11005 E Circle Omaha, NE 68137 2.4.2 The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. 2.4.3 The delivery of items identified in this document shall take place during normal loading dock business hours which are defined as: 8:15 AM to 3:00 PM Central Standard Time, Monday through Friday, and excluding Federal Holidays. 2.4.4 Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. 2.4.5 Labeling of delivered items shall include the VA facilities contract number and VA purchase order number for identification and reference upon receipt of product. Use of Warehouse If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA and IOT&A POC any required coordination requirements. Clean Up and Disposal 2.6.1 There are no dumpsters available for vendor use. 2.6.2 The removal of waste and/or excess material shall be conducted through the loading dock area. Assembly and Installation Required (Yes No ) 2.7.1 The vendor is required to manage and coordinate installation at the VANWIHS Omaha VA Ambulatory Care Clinic with the COR or his representative IOT&A POC. 2.7.2 On-site assembly and installation of items, and performance of services identified in this document shall take place during normal business hours in the new ACC which are defined as: 8:00 AM to 4:30 PM Central Standard Time, Monday through Friday, and excluding Federal Holidays. 2.7.3 The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor. 2.7.4 The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document. 2.7.5 The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor will be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation. 2.7.6 During the entire duration of assembly and installation, the vendor will have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VANWIHS. On-site representative can be the installer. All instructions provided from COR to the representative will be binding as if given to the vendor s main contact. The COR may provide specific instructions, however, only the Contracting Officer may change the terms or conditions of the contract. 2.7.7 Installation locations will be as indicated in the follow table and Attachment A: Display Locations (attached). Site Location Module Monitor Size Clicker 1 ACC WAITING ROOM FAMILY WAITING 55 N 2 ACC OR1 OR-DASHBOARD 49 Y 3 ACC OR2 OR-DASHBOARD 49 Y 4 ACC OR3 OR-DASHBOARD 49 Y 5 ACC OR4 OR-DASHBOARD 49 Y 6 ACC OR5 OR-DASHBOARD 49 Y 7 ACC PREOP/PACU PRE-OP 49 N 8 ACC PREOP/PACU OR-SCHEDULE 49 N 9 OR MAIN HALLWAY PRE-OP 43 N 10 OR MAIN HALLWAY OR-SCHEDULE 43 N 11 STERILE CORE PRE-OP 43 N 12 STERILE CORE OR-SCHEDULE 43 N 13 BREAKROOM PRE-OP 43 Y 14 BREAKROOM OR-SCHEDULE 43 N 15 RADIOLOGY HALLWAY OR-SCHEDULE 43 N 16 SPARE OR-DASHBOARD 43 Y Training Clinical Training Training shall include initial setup and user training; onsite training for go-live support, super user training and follow-up training. Clinical training must take place at the facility. Clinical applications training must be provided for day and night shifts, and must include installation, go-live, and post implementation/super user support. SCOPE OF WORK VA Nebraska-Western Iowa Healthcare System U0123 4101 Woolworth Avenue Omaha, NE 68105 Total Quantity: 13 Finish Sample Required if Checked Manufacturer Certified Installation Required if Checked BMET Training Required if Checked End User Training Required if Checked JSN Nomenclature: PeriOp Planner (JSN: U0123) Salient Characteristics: OR Scheduling software capable of integrating with PeriOP OR Manager. Include installation for server and all peripheral devices. Capable of Integrating with Electronic Medical Record VistA. Include any installation / configuration required to integrate with VistA. Include any training required for integration and implementation of PeriOP Planner to VistA. Run on Govt approved Operating System. Provide Active Time out Clicker compatible with PeriOP OR Dashboard. Provide Monitors and PCs to track OR process in real time. Provide all cabling and mounting required for installation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9b38c39d1dd449b288c879fd0dc2f3da/view)
 
Record
SN05657304-F 20200516/200514230152 (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.