Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2021 SAM #7102
SOURCES SOUGHT

65 -- Environmental Control Units - STL VAMC Sources Sought

Notice Date
5/10/2021 9:52:44 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25521Q0360
 
Response Due
5/11/2021 1:00:00 PM
 
Archive Date
05/16/2021
 
Point of Contact
Donald E Hannah, Contracting Specialist, Phone: 913-946-1972
 
E-Mail Address
donald.hannah@va.gov
(donald.hannah@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice The Department of Veterans Affairs, Network Contracting Office (NCO) 15 is conducting market research to help determine the availability and technical capabilities of SDVOSB, SB and Larges Business that can provide Environmental Control Units (ECU s) with accessories, cables, bed gooseneck, tent switch, install, etc. required for full functionality as below. Statement of Requirements VA Saint Louis Health Care System The VA Saint Louis Health Care System requires the procurement of Environmental Control Units (ECU s) to support the SCI/D inpatient unit at the Saint Louis, MO. VAMC. The ECUs being requested is to support the need of veterans with SCI that cannot access nurse call, TV, phone, bed controls by standard methods. This limitation is mostly due to upper extremity impairments caused by SCI, most commonly tetraplegia. The following highlight the technical specifications and services being requested by the facility for purchase of the units. Vendors shall provide all equipment and accessories, installation services, and project management support as stated below. Equipment Specifications Requirements 1 (EA) upgrade to in use Quartet ECU 3 (EA) additional All-in-One Quartet ECU units Upgraded and additional units to have following features: Voice activation Built in phone Switch activation Nurse call Voicemail Navigation Light control Appliance control Bed control Mouse/keyboard control Customized menu and speed options Battery backup All accessories, cables, bed gooseneck, tent switch, etc. required for full functionality to be included. System functionality System shall be compatible with Stryker S3 Patriot beds for accessibility functions such as nurse call, bed controls, phone, etc. Software Vendor shall ensure all software operating on the device provided is supported by the original manufacturer at time of delivery. For example, vendor shall not provide VA Saint Louis a device utilizing the Windows XP or Windows 7 operating system as they are no longer Microsoft supported. Proprietary software systems are acceptable so long as vendor supports the version provided to VA Saint Louis and it is the newest version at time of delivery. Access to all software shall be provided to VA Saint Louis in situations where re-installation is necessary. Software shall be provided to VA Saint Louis with unlimited perpetual licensing for the supported life of the device. In cases where vendor insists on utilizing a licensing fee model this should be noted in the offer provided for VA Saint Louis consideration. Network Security The vendor is required to fill out all required Security Forms for their equipment can be connected to the VA network. Installation and Assembly Vendor shall be responsible for assembly and installation of systems after notification from VA Saint Louis Biomedical Engineering that it has been delivered to station. Installation shall include implementation and testing of all purchased interfaces to VA electronic systems in coordination with Clinical Staff, Biomedical Engineering staff, O&IT staff, and others identified as needed. Vendor shall provide all necessary accessories, cables, adaptors, etc. to deliver a fully functional clinical device. Training Vendor shall provide on-site clinical/applications training for necessary VA Saint Louis staff members. Vendor shall provide introductory system/maintenance training to VA Saint Louis Biomedical Engineering staff during installation. Vendor shall include all costs for travel to provide this training in their proposal. Vendor shall coordinate all installation and training dates with VA Saint Louis specified Biomedical Engineering POC who will communicate internally with clinical staff. Warranty and Service Service and Operator Manuals The vendor shall provide the following documentation for the proposed system: Two (2) copies of operator's instruction manuals per unit purchased Two (2) copies of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians. Two (2) copies of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc. Warranty The system, all accessories, and all software shall be covered under the manufacturer s warranty and shall include all parts and labor for at least one year following acceptance by the VAMC. A manufacturer s factory-trained Field Service Engineer shall perform installation and maintenance during the warranty period. The warranty period shall not begin until after the VA Saint Louis Biomedical Engineering POC has accepted the products delivery, installation, and functionality. The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration. All available software updates and security patches will be made available to the VA Saint Louis during the warranty period. Vendor shall provide response to applications and technical calls within 8 hours. Vendor shall ship replacement parts within 48 hours of identifying necessity by VA Saint Louis Biomedical Engineering staff. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 3:30 PM Central Standard Time excluding national holidays. Vendor on-site visits will be coordinated with the VA Saint Louis Biomedical Engineering POC before being scheduled or conducted. Vendor representatives will check in with the VA Saint Louis Biomedical Engineering POC when they arrive on-site and check out upon completion of work each day. All services shall be performed during normal hours unless otherwise scheduled with the VA Saint Louis Biomedical Engineering POC. Vendor staff shall always be professional and shall take all necessary precautions to maintain a safe environment for the occupants. This includes, as necessary, coordinating access and closures for sensitive areas of the Medical Center. Vendor shall be responsible for cleaning all work areas after completion of tasks. This includes removal of packaging and a clean sweep/mop of the area as required by work type. Vendor staff shall minimize noise as much as possible while working in all buildings. Vendor is responsible for providing all PPE necessary for their work. Note: Hardware/software update/upgrade installations, where applicable, may be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the VA Saint Louis Biomedical Engineering POC). Federal Holidays observed by VA Saint Louis are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Delivery Vendor shall deliver purchased equipment within 30 business days of receiving completed Contracting package from the VISN 15 Contracting Officer. If delivery delays occur vendor shall notify the Contracting Officer and the VA Saint Louis Biomedical Engineering POC. Delivery will be to one of the two VA Saint Louis Health Care System main campuses. Vendor shall coordinate exact delivery location with the Contracting Officer and VA Saint Louis Biomedical Engineering POC at the time of the purchase. Vendor will ensure that equipment is sent to the Attention of Biomedical Engineering and will include the VA Saint Louis PO Number on the shipping label. Delivery of oversized, palletized orders or orders that contain a large number of components will be coordinated with VA Saint Louis Biomedical Engineering POC who will communicate internally with Warehouse Staff. VA Saint Louis Health Care System Delivery Locations John Cochran 915 North Grand Blvd Saint Louis, MO 63106 ATTN: Biomedical Engineering Jefferson Barracks 1 Jefferson Barracks Drive St. Louis, MO 63125 ATTN: Biomedical Engineering ** Vendor must reply with the following information**: 1) Company Name: Address: Point of Contact: Phone, Fax, and Email: DUNS number: Cage Code: Type of business, (e.g. Service Disabled Veteran Owned Small Business, Veteran Owned Small Business, 8(a), HUB Zone, Women Owned Small Business, Small Business or Large Business): 2) Statement of Capability: 3) Manufacturer: YES or NO Distributor: YES or NO If BAA has already been established, please let that be known. Will items/equipment/services be obtained from a small business manufacturer? YES or NO Are the items/equipment/services on a FSS/GSA contract? YES or NO. If yes, please provide the contract number and list the items/equipment/services that are on the FSS/GSA contract. Questions must be submitted via email/phone referencing 36C25521Q0358 Center to Advance Palliative Care (CAPC)Membership access in the subject line to Donald.hannah@va.gov. This notice is to assist the NCO 15 in determining sources only. This announcement is not a request for proposals or quotations. The Government is not committed to award a contract pursuant to this announcement. The Government will not pay for any costs incurred in the preparation or submission of information in response to this announcement. Questions and responses must be submitted no later than 3:00 p.m. (CST) on May 12, 2021 to donald.hannah@va.gov. **NOTE THIS IS SOURCES SOUGHT ONLY AND NO AWARD WILL BE MADE FROM THIS POSTING**
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8b5f7fb063474d4680fdc80d496a3538/view)
 
Record
SN05997275-F 20210512/210511201424 (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.