Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2021 SAM #7188
SOURCES SOUGHT

70 -- TRACKCORE ANNUAL LICENSE/MAINTENANCE FOR IMPLANTS TRACKING SYSTEM

Notice Date
8/4/2021 6:58:27 AM
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25721Q1292
 
Response Due
8/9/2021 2:00:00 PM
 
Archive Date
08/14/2021
 
Point of Contact
Dr. Vinicky Ann Ervin Ph.D., Contract Specialist, Phone: Please title email Subject Line: 36C257-21-Q-1292, Fax: Q&A VIA EMAIL ONLY
 
E-Mail Address
vinicky.ervin@va.gov
(vinicky.ervin@va.gov)
 
Awardee
null
 
Description
Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain Tracore Software. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking to obtain brand name or equal Tracore Software in Dallas, TX. Refer to the General Requirements section below for the requested product description. This Sources Sought is to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: Brand name or equal Tracore Software are needed for the Dallas, TX in accordance with the following requirements: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA $00.00 $00.00 TRACORE ANNUAL LICENSE/MAINTENANCE FEES TO SUPPORT VISN 17 TRACKCORE SYSTEM TO INCLUDE DALLAS, AMARILLO, BIG SPRING, AND TEMPLE. TrackCore Annual license and maintenance fee for VISN 17 Hospitals using TrackCore software to manage Implants LOCAL STOCK NUMBER: ANNUAL LICENSE 0002 1.00 EA $00.00 $00.00 RFID ANNUAL SERVICE (DALLAS VA) LOCAL STOCK NUMBER: SERVICE GRAND TOTAL $00.00 Statement of Work TrackCore Implant and Tissue Tracking System Background VISN 17 facilities will need to effectively and efficiently track and manage all biological and non-biological implant inventory using TrackCore Implant and Tissue Tracking System. Reviewed by Joint Commission Resources, the systems assist the facilities in meeting regulatory agency and VA requirements related to implants. These requirements include the ability to bidirectionally track all implants/products from donor to facility to patient and back, per Joint Commission standards. System users quickly and accurately pull implant information related to recalls, addressing stocked inventory as well as patients affected by recalled implants. This program reports, in real-time, current stock levels, par levels, alerts for expiring products, and cost, as a few examples. The system maintains FDA/AATB certificate and IFU s for each vendor with the option to upload other documents. Scope of Work The contract will provide continued licensure for the VISN 17 facilities utilizing TrackCore Implant and Tissue Tracking System for tracking and managing all implant inventory. For recalls, TrackCore will continue to allow the facilities to quickly locate stocked implants and determine if any patients are affected. Tasks or Requirements Monitoring implant inventory throughout the facility, in real time, allowing for accurate stock levels and efficient reordering. Looking at cost utilization of implants by implant type, vendor, part number, etc. and adjusting inventory levels and types accordingly. Quickly locating stock implants during recalls and determining which patients received those implants. Utilizing departments within the system. The staff is assigned to a primary department and has access to view, log out, and track the implants stored in that department. This simplifies the logging, tracking, and reporting of implants, and allows the user to complete the required tasks more efficiently when the system shows only the areas relevant to the individual that is logged in. Using 1D and 2D custom bar code label capabilities where the 2D can be customized for each facility. Assigning a unique identifier when the implants is logged into the system. To support reports designed to provide all data required by the Joint Commission s tracer methodology. Offering dynamic reporting capabilities, which allow users to create, save, and share reports accessing all data elements. Customer support and enhancements as needed by the facilities. TrackCore provides the option to purchase RFID secure enclosures (cabinets, refrigerators, freezers), which allows the nursing staff to take any implant from storage without signing in or manually documenting because the RFID units automatically provide the chain of custody and nursing accountability through the use of a pre-authorized access badge. The units are fully integrated with TrackCore and have 24/7 monitoring. Other benefits of RFID include: Near real time data capture and continuously monitors the temperature inside each RFID enclosure. Automatic Notification steps are enacted to inform staff when temperature exceeds a set limit. 66% in expiration, ensure tissue viability and improved patient outcomes with automatic and escalated expiration alerts 92% reduction in stock outs and reduce product safety stock on high dollar implants The TrackCore software and RFID enclosures create a touchless workflow for the nursing staff, which allows the nurses to be nurses while assuring 100 percent compliance and real time inventory visibility. Deliverables and Period of Performance The Contractor shall provide deliveries and maintenance under this contract during normal VA working hours (8:00 a.m. 4:30 p.m.), Monday through Friday unless otherwise approved by the Contracting Officer. Period of Performance is Base Year: 10/01/2021 9/30/2022 Option Year 1: 10/01/2022 9/30/2023 Option Year 2: 10/01/2023 9/30/2024 Option Year 3: 10/01/2024 9/30/2025 Option Year 4: 10/01/2025 9/30/2026 No deliveries shall take place on Federal holidays or weekends unless directed by the Contracting Officer. Federal holidays are as follows: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, Christmas, and any other day specially declared by the President of the United States to be a national holiday. The Department of Veterans Affairs is seeking both manufacturers and/or distributors of the exact match or functionally equivalent equipment/ services to the following listed above. 52.211-6 Brand Name or Equal. As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999)       (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.       (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-            (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;            (2) Clearly identify the item by-                 (i) Brand name, if any; and                 (ii) Make or model number;            (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and            (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.       (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.       (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of clause) VAAR 852.212-72 Gray Market Items: a) Gray market items are Original Equipment Manufacturers' (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM's warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of clause) FAR 52.212-2 Evaluation-Commercial Items: A copy of the authorized distributor letter from the contractor to verify that you are an authorized distributor of the products/services SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY. Please title email Subject Line: 36C257-21-Q-1292 TrackCore Software
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1faca6305a2e44d0a7ff76b4c1f071e0/view)
 
Place of Performance
Address: Dallas VA Medical Center 4500 S. Lancaster Rd., Dallas, TX 75216, USA
Zip Code: 75216
Country: USA
 
Record
SN06085644-F 20210806/210804230132 (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.