Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

65 -- 36C258-21-AP-1398 PHYSIO MONITORS- ABQ

Notice Date
7/8/2021 3:31:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
258-NETWORK CNTRCT OFF 22G (36C258) MESA AZ 85212 USA
 
ZIP Code
85212
 
Solicitation Number
36C25821Q0284
 
Response Due
7/16/2021 11:00:00 AM
 
Archive Date
09/14/2021
 
Point of Contact
Tim Garrity, Contract Specialist, Phone: (480) 466-7937
 
E-Mail Address
timothy.garrity@va.gov
(timothy.garrity@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-05 (eff. 03/10/2021). This solicitation is set-aside for SDVOSB for BRAND NAME ONLY equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1,250 Employees. The FSC/PSC is 6515 Medical and Surgical Instruments, Equipment, and Supplies. The New Mexico VA Medical Center is seeking to purchase BRAND NAME ONLY Philips Telemetry System to expand service into the 4A Quadrant in Building 41. All interested companies shall provide quotations for the Price/Cost Item Information found in Attachment D. STATEMENT OF WORK (SOW) 4A Telemetry Expansion as of 07/13/2020 1. Contract Title. New Mexico VA Health Care System (NMVAHCS) 4A Telemetry Expansion, 4A Physiological Monitoring system, and GI Clinic Physio Monitoring system 2. Background. The New Mexico VA Health Care System (NMVAHCS) has a requirement to expand the current Philips Telemetry System into the 4A Quadrant of the main Facility in Building 41. The hospital will be opening a new Step Down Unit on 4A which will require a full Physiological Monitoring system and the GI Clinic will be replacing their Physiological monitoring system due to end of life. This system will also allow the facility to monitor COVID-19 patients in a remote setting. This system will allow remote monitoring of patient s cardiac rates and rhythms. A Physiological Monitoring System for the Step-Down Unit (SDU) Veteran population is necessary for this level of patient. This patient population is one step below an ICU level patient and often are on the verge of becoming an ICU level patient. The monitoring system is necessary to evaluate cardiac rhythm, waveforms, blood pressure, heart rate, oxygen saturation, CO2, and respirations. This information is needed when transporting the patient and by the Care Team to tailor the specific interventions needed for the patient; often at a moments notice. 3. Scope. This requirement is to expand the current Philips Telemetry System into the 4A quadrant in Building 41 and Physiological Monitoring system for GI Clinic and 4A quadrant at the NMVAHCS. This expansion shall integrate into the current Philips Telemetry, shall be capable of being monitored within the 5D Telemetry room, and shall be a full Turnkey Solution. 4A Telemetry Expansion boundaries can be found in attached ABQ 4A Telemetry Expansion Notes. 4. Specific Tasks. The vendor must provide a full Turnkey Solution that integrates and is compatible with the current Philips Telemetry Monitoring system, Physiological Monitoring system into the 4A quadrant and GI Clinic of Building 41 at the NMVAHCS. With this system being an expansion of the current Philips Telemetry System, all equipment and vendor provided items must be Philips Healthcare Intellivue Telemetry Equipment and Philips Physiological Monitoring for 4A and GI Clinic. The vendor shall provide the following: Coordinate all below tasks with the medical center to ensure minimal impact on patient care. Perform Wireless Access Point Design and Assessment prior to beginning any installation Expansion of Wireless Coverage on 4A is found in attached ABQ 4A Telemetry Expansion Notes Document. This performance metric is to determine the amount of Access Points required to support coverage of the 4A Expansion. Provide all necessary Philips Intellivue Telemetry and Philips Intellivue approved Telemetry Monitoring equipment to expand into the 4A quadrant of Building 41 at the NMVAHCS: Wireless Access Points: This performance metric is to determine the amount of Access Points required to support coverage of the 4A Expansion Telemetry and Philips X3 Patient Monitoring Capabilities. UPS Units Access Point Controllers Patch Cables Network Cables Computers Telemetry Monitoring Equipment (Philips MX40s), Physiological Monitoring Equipment (MX500/MX800) and Intellivue X3. Software and Licenses (Computers, Sectors) Provide all cable runs and data drops in accordance with VA and NMVAHCS policies and procedures (ICRAs, Above Ceiling Work Permits, etc.) All hardware and accessories for a complete system. All cabling and accessories to provide a complete and functional system All above ceiling cabling runs shall be tie-wrapped and placed in telephone/data trough, in a conduit, or properly routed through interstitial area per hospital facilities requirements and local electric codes. All vertical runs shall be multi-strand fiber. Cables shall be bundled neatly and in a professional manner especially when cables converge at network hardware. Cables shall be marked at each end indicating the termination point of the other end. Cabling shall also be labeled approximately every fifteen (15) feet with both locations of termination points. Cabling color shall match the currently installed monitoring network color. Network cabling, terminations, and any patch panels used shall be CAT6 certified. All cables shall be terminated TIA568A. Any cable run through plenum space shall be plenum rated according to NEC and applicable fire codes. All cable runs shall be tested and certified in accordance with TSB-67 and TIA/EIA 568- A or latest TIA/EIA Revisions Provide an estimated schedule timeline for all required tasks to implement the expansion. Drawings that indicate the location of the monitoring devices will be provided for the Medical Center. The system will be configured to view patients throughout the hospital or care areas. Any connections to the VA OI&T network shall be compliant with VA Directive 6500 and 6550. Any offsite server or network maintenance or support provided by the Offeror can only be done via VPN access after the Offeror has obtained the VPN access from the VA. A Business Associates Agreement (BAA) and Memorandum of Understanding/Interconnection Security Agreement (MOU/ISA) will be required. All networking hardware shall be rack mounted in rooms designated by Facility Project Manager or COR Provide a full Turnkey Solution to implement the 4A Telemetry Expansion, 4A and GI Clinic Physiological Monitoring in accordance with VA and NMVAHCS policies and procedures. Provide completed Network and cable ran drawings. Provide a system that can be monitored on the 4A Unit as well as back in the main 5D Telemetry Monitoring Room. All additional requirements can be found in attached ABQ 4A Telemetry Expansion Notes Document. Clinical Training The successful Offeror shall provide training for all shifts in care environments where patient monitors are installed. This will require more than one training session per shift, no more than three weeks prior to new installation or system upgrades. Training would include initial setup and user training; onsite training for go-live support, super user training and follow-up training. Offeror shall detail training plan in proposal. Online training and CD training materials shall be provided at no additional charge. Completion certificates shall be provided upon completion of training. Biomedical Engineering Service Training Biomedical Training Package - Include a list of all prerequisite classes, equivalent to what OEM field service reps receive. Offeror shall provide all service manuals, schematics, diagrams, diagnostic software and hardware keys equivalent to what OEM field service reps have available to diagnose, troubleshoot, repair and maintain the equipment. Travel expenses for VA personnel training shall be provided by offeror, including airfare, hotel and government rate per diems. This training will occur at a Offeror designated location. Specific Physiological Monitoring for 4A, GI Clinic, and 4A Telemetry Monitoring Equipment to be provided: Item # Description/Part Number* Qty 1 PIC iX Hardware 2 2 H3U Server UPS Hardware 2 3 H41 Server Hardware 2 4 NEW Hardware or OS 2 5 RVC PIC iX C 2 6 PIC iX Hardware 2 7 NEW Hardware or OS 2 8 PRT Color Printer 2 9 RVC PIC iX C 2 10 Patient Information Center iX 1 11 0VC Overview Rev C 36 12 12C 12-Lead ECG Rev C 18 13 1XC PIC iX Base 18 14 NEW New Install 1 15 NTP Network 18 16 PRC Pro Rev C 18 17 RVC PIC iX Software Release C 1 18 PIC iX Hardware 3 19 H1U UPS Hardware 3 20 HS1 PC Hardware with SSD 3 21 NEW Hardware or OS 3 22 RVC PIC iX C 3 23 Patient Information Center iX Expand 1 24 1XC PIC iX Base 24 25 NEW New Add On or Expand 1 26 NTP Network 24 27 PRC Pro Rev C 24 28 RVC PIC iX Software Release C 1 29 PIC iX Hardware 1 30 H1U UPS Hardware 1 31 HS1 PC Hardware with SSD 1 32 NEW Hardware or OS 1 33 RVC PIC iX C 1 34 IntelliVue MX500 US 18 35 AL1 MX500 Advanced Monitor 18 36 C54 HEXAD 18 37 IntelliVue X3 18 38 A04 4-waves capability 18 39 B06 Dual Press and Temp 18 40 E31 Carrying Handle 18 41 H72 Critical Care Transport SW 18 42 J45 Smart Hopping IF 1.4 GHz 18 43 K14 Dual IBP Adapter 18 44 SC2 System Cable - 2.0 m 18 45 SP1 FAST SpO2 18 46 IntelliVue Dock 3 47 IntelliVue Microstream Extension 18 48 6 Lead ECG Trunk, AAMI/IEC 2.7m 18 49 CBL ECG 6lead Grabber, AAMI + SpO2, Tele 18 50 CBL SpO2 Extension Cable, 2m 2 51 Sp02 8-pin D-sub Adapter cable 3m (8pin) 18 52 Adult NIBP Air Hose 3.0m 18 53 Easy Care Adult Kit - 4 sizes 18 54 Smart CapnoLine H O2 Adult 8 55 FilterLine H Set Long Adult/Pediatric 4 56 IntelliBridge EC5 ID-Module 4 57 105 OI DSUB25m ID Module 4 58 L02 Connection Cables 3m 4 59 IntelliBridge EC10 Module 4 60 101 Open Interface Driver 4 61 A01 EC10 module RS232/LAN 4 62 MX40 1.4 GHz Smart Hopping 9 63 C01 Enhanced Arrhythmia 9 64 C03 Vitals Trend 9 65 M02 Impedance Respiration 9 66 S02 ECG + Fast SpO2 Enabled 9 67 Sp02 9-pin D-sub Adapter cbl 1.1m(8-pin) 9 68 CBL ECG 6lead Grabber, AAMI + SpO2, Tele 9 69 IntelliVue CL Charging Station 1 70 MX40 Lithium-ion battery pkg 3 4 71 IntelliVue MX500 US 16 72 SL1 MX500 Standard Monitor 16 73 IntelliVue MMX 16 74 B06 Dual Press and Temp 16 75 K14 Dual IBP Adapter 16 76 SC2 System Cable - 2.0 m 16 77 SP1 FAST SpO2 16 78 IntelliVue Microstream Extension 16 79 IntelliVue X3 6 80 A04 4-waves capability 6 81 B06 Dual Press and Temp 6 82 E31 Carrying Handle 6 83 H72 Critical Care Transport SW 6 84 J45 Smart Hopping IF 1.4 GHz 6 85 SC2 System Cable - 2.0 m 6 86 SP1 FAST SpO2 6 87 IntelliVue Dock 6 88 3 Lead ECG Trunk, AAMI/IEC 2.7m 22 89 3 Leadset, Grabber, AAMI, ICU 22 90 Sp02 8-pin D-sub Adapter cable 3m (8pin) 22 91 Adult NIBP Air Hose 3.0m 22 92 Easy Care Adult Kit - 4 sizes 22 93 Smart CapnoLine H O2 Adult 6 94 Smart CapnoLine Guard O2 8 95 Project Management: Integrated 40 96 Labor: Install/De-Install Equipment 80 97 Network: Hardwired (per Bed) 42 98 Network: Smart Hop Wired (per SF) 20336 99 Smart Hop: Coverage, 10,001-50,000 SF 20336 100 Cable: HW, Mats, Labor, Tent, Test 50 101 Cable: SF, Mats, Labor, Tent, Test, Ober 20336 102 Display: 23"" HP, Non-Touch, 1920x1080 3 103 Mount: CPU, Underdesk, 360 Degree Swivel 3 104 Wall Channel: 19"" Seismic 18 105 VHM-PL: MX400-550, SB, 3"" DP, 4 Hook 18 106 Display: 23"" HP, Non-Touch, 1920x1080 1 107 Mount: CPU, Underdesk, 360 Degree Swivel 1 108 Wall Channel: 19"" Seismic 16 109 VHM-PL: MX400-550, SB, 3"" DP, 4 Hook 16 110 Roll Stand: MP2/X2/X3/MP5/MP5SC 6 111 2560: Rack Console, 8 Port 1 112 ICU CareArea Packages 1 113 A01 ICU Foundation Package 1 5. Performance Monitoring The Agency shall oversee work done by the contractor and accept the quality of work as appropriate. Include the appropriate risk designation of the contractors based on the PDAT determination. Incorporate the security clause (Appendix B) into the contract involved and the appropriate security/privacy language outlined in Appendix C into the solicitation. Determine if protected health information is disclosed or accessed and if a BAA is required. 6. Security Requirements Security Requirements for Unclassified Information: The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The contractor shall have physical administrative access to the equipment included in this contract. The contractor shall not have access to VA sensitive information, thus the C&A requirements do not apply, and that a Security Accreditation Package is not required. Contractors who have access to protected health information (PHI) in the performance of their official duties or have access to VA systems shall take the Privacy and HIPAA Focused Web-Based Training. The Contract shall inform the COR prior to adding or removal of equipment along with providing documentation for both equipment added or removed. The Contractor shall not remove any hard drives off station. All hard drives shall be turned in to the COR. Records Management Language for Contracts. The following standard items relate to records generated in executing the contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C. chapters 21, 29, 31, and 33; Freedom of Information Act 5 U.S.C. 552; Privacy Act 5. U.S.C. 552a; 36 CFR Part 1222 and Part 1228. The Contractor shall treat all deliverables under the contract as property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as determined to be in public interest. The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced from this contract. The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor shall deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, mode of transmission, or state of completion. No disposition of documents shall be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the files and penalties imposed by 18 U.S.C. 2701. Records shall not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. No photography of VA premises is allowed without written permission of the Contracting Officer. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The NMVAHCS will provide access to and escorts into the necessary hospital locations as required. 8. Other Pertinent Information or Special Considerations. All Service Personnel shall be factory certified or work closely monitored and approved by Philips Healthcare certified individuals. a. Identification of Possible Follow-on Work. No additional follow-on installation work is expected at this time upon completion of this awarded contract. b. Identification of Potential Conflicts of Interest (COI). All Bidders shall inform the NMVAHCS of any COI that may exist where the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor or (2) impair the constrictor s objectivity in performing the contract work. c. Identification of Non-Disclosure Requirements. All sensitive or proprietary information needed or supplied for this project is not be disclosed with any Vendor, agency, or person outside of the NMVAHCS staff and vendor installation team, expect as required by Federal Law. Information disclosed to NMVAHCS staff and vendor installation team will be limited to only the information needed for the successful performance of the duties required by this installation. d. Packaging, Packing and Shipping Instructions. The contractor shall provide the required shipping materials (box and packaging materials) to ensure the sensitive equipment is securely packed. These shipping material costs shall be included in the overall shipping quote provided to the Government. e. Inspection and Acceptance Criteria. Equipment and service support services shall be monitored by the NMVAHCS COR (and/or designee) along with contractor representatives to ensure all aspects of the contract are being met. 9. Risk Control The NMVAHCS is an active hospital and therefore will require consideration to those areas with patients and staff. Risk control procedures must be followed in accordance with VA and NMVAHCS policies and procedures. 10. Place of Performance. Delivery of Services shall be coordinated with Biomedical Engineering and Nursing located at: New Mexico VA Health Care System (Bldg. 41, 4A quadrant and GI Clinic) 1501 San Pedro SE Albuquerque, NM 87108 11. Period of Performance. The period of performance is 30 Days After Receipt of Order. The NMVAHCS business hours are M-F, 7:00AM to 4:30PM Excluding Federal Holiday. All work is to be Biomedical Engineering. After-hours services may be coordinated at no additional charge to VA, with the interest of patient care and access in mind. 12. Delivery Schedule. Delivery Schedule and Installation Schedule to be completed after site assessment has been completed. This assessment will indicate the amount of needed Access Points, where the Access Points will be installed, and additional requirements to implement a full Turnkey Solution for the Expansion of the 4A Telemetry System and Physiological Monitoring for 4A and GI Clinic. Place of Performance/Place of Delivery Address: Department of Veterans Affairs New Mexico VA Health Care System 1501 San Pedro Drive, SE Albuquerque, NM Postal Code: 87108 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [June 2020] Please see Attachment A Clauses and Provisions for addenda information pertaining to FAR 52.2121-1. FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Feb 2021] Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [[OCT 2018] Please see Attachment A Clauses and Provisions for addenda information pertaining to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [JAN 2021] The following subparagraphs of FAR 52.212-5 are applicable: All quoters shall submit their quotes along with their authorized distribution letter from the manufacturer to verify they are an authorized distributor of the products provided. Any quotes received without an authorized distribution letter will be considered non-responsive. All quotes shall be sent to the timothy.garrity@va.gov. Award will be based upon price only comparison of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of quotes shall be received not later than 11AM PST on July 16, 2021. Please submit all quotes via email to timothy.garrity@va.gov. No other means of communication will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Tim Garrity timothy.garrity@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51cf662786b3439e8d759f6ef0678a29/view)
 
Place of Performance
Address: Department of Veterans Affairs New Mexico VA Health Care System ATTN: Brennon Cucullu 1501 San Pedro Drive, SE, Albuquerque, NM 87108-5153, USA
Zip Code: 87108-5153
Country: USA
 
Record
SN06055567-F 20210710/210708230131 (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.