Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 12, 2021 SAM #7194
SPECIAL NOTICE

65 -- Wheelchair Accessible Plethysmograph for Clement J. Zablocki VA Medical Center

Notice Date
8/10/2021 12:56:30 PM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25221Q1051
 
Archive Date
09/09/2021
 
Point of Contact
Carl Weber, Contract Specialist, Phone: 414-844-4873
 
E-Mail Address
carl.weber3@va.gov
(carl.weber3@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The Government will not pay for any materials provided in response to this notice and equipment will not be returned to the sender. The purpose of this Sources Sought notice is to determine interest parties. Wheelchair Accessible Plethysmograph is known to meet the Government s needs: CLIN Description of Supplies/Services Qty Unit 0001 XL Body Plethysmograph with Diffusing Capacity for Carbon Monoxide (DLCO) LOCAL STOCK NUMBER: E-5530 1 EA 0002 Three Days of Onsite Installation and Training LOCAL STOCK NUMBER: 3000T 1 JB 0003 Software Customizations LOCAL STOCK NUMBER: SER600 1 EA 0004 Networked Installation of ComPAS Software LOCAL STOCK NUMBER: SRI9001 1 JB 0005 ComPAS Task Manager Installation LOCAL STOCK NUMBER: SRI9005 1 JB 0006 Discrete Results & PDF Report LOCAL STOCK NUMBER: 9102 1 EA 0007 HL7 Lab Orders or ADT feed LOCAL STOCK NUMBER: 9112 1 EA 0008 HL7 Billing Interface LOCAL STOCK NUMBER: 9108 1 EA 0009 Annual ComPAS Software & Support License: Body Plethysmograph LOCAL STOCK NUMBER: CLF-BB 1 EA 0010 Annual ComPAS Software & Support License: Task Manager Site License LOCAL STOCK NUMBER: CLF-TM 1 EA 0011 EMR Interface Annual Use & Support License LOCAL STOCK NUMBER: CLF-9701 1 EA 0012 Preventative Maintenance Service LOCAL STOCK NUMBER: MSBoxSER700 1 EA **If offering an equal the vendor is responsible for submitting enough supporting information (i.e. manual) to illustrate equipment meets or exceeds the following Salient Characteristics. Specific Task Deliver wheelchair body plethysmograph w/DLCO Software Configuration/Installation Onsite Training Annual Software & Support License Scope Project Management Services Contractor shall provide project management services to coordinate all aspects of the installation. The contractor shall provide an installation schedule within 30 days of award that outlines a project completion within 180 days of award. Project dependencies Authorization to operate on the VA Network through VA Directive 6550 and Enterprise Risk Assessment process Assume approval 60 days after award. Centralized Database and other GFE Assume availability 90 days after award. All systems shall be tested in non-production environment before go-live date or go-live date will be delayed. Project Milestones Contractor schedule shall include the following milestones. Equipment Delivery Server Configuration Database Application HL7 Interface configuration Interface Testing Successful Training Completion Go-live Document Deliverables The following documents will be required within 14 business days of receipt of template. These are necessary for authorization on the VA network. Templates will be provided upon award: Network topology Ports and protocols Software Inventory VA Directive 6550 Appendix A Manufacturer Disclosure Statement for Security (MDS2) Wheelchair Body Plethysmograph Systems Hardware Contractor shall provide all necessary hardware and startup supplies as outlined in the Hardware schedule to provide completely operational Pulmonary Function Testing. XL Body Plethysmograph with DLCO QTY 1 The Contractor shall be responsible for providing any additional components that are necessary to make these systems operational. The hardware schedules are assumed to be complete and that anything missing is an error or omission by the Contractor. Software Contractor shall provide all necessary software on the Body Plethysmograph System to ensure the systems are functioning and can be communicated with the database, review software, and EMR interfaces. All necessary licensing will be provided by the contractor. Windows 10 LTSC shall be used, unless otherwise approved by the VA. If this version of Windows 10 LTSC is not provided the contractor shall work with the VA to convert the operating system to this version of Windows 10 for no additional charge. Centralized Database Contractor shall provide specifications of necessary database that will serve the Pulmonary Functions Testing workstation and review client software. Verify connectivity with centralized database and EMR integrations. Database must not be prohibited for the use in the VA as reference by VA Technical Reference Model (TRM) The database server and Database Software shall be considered Government Furnished Equipment. VA Milwaukee intends to use National OIT SQL Server resources to leverage government licensing resources efficiencies. The use of this requires the following: Must support regular patching Must be able to be operated on a separate server (OIT hosted on premises) Must be able to support encryption Must be able to work with Database Owner level permissions Contractor shall provide licensing and software for both production and test database connections. Review Software Contractor shall provide software licensing to have up to 5 concurrent user review Pulmonary Functions Testing (PFT) studies for the system from the centralized database and central application server. Software shall obtain TRM approval for installation on OIT Windows 10 Desktops and their OIT Gold Image. Software shall be compatible with Citrix. Software shall be compatible with Windows 10 LTSC. Vendor shall ensure that this is covered in all licensing proposals. EMR Interface and Application Server Contractor shall provide all licensing and software necessary to have unified application server that will allow PFT studies to be reviewed on all PFT systems provided and provided review software clients. The systems shall allow for physicians to sign-off on studies as final after review and send copy of a report to an EMR systems. This EMR shall at first be Vista/CPRS and eventually Cerner. The Vista interfaces shall use an existing Vista Clinical Procedure interface that can be configured to send reports to Vista Imaging and update progress notes. The VA shall provide the server to host the software and it shall be considered government furnished equipment (GFE). The vendor shall provide necessary hardware requirements for this GFE. The VA anticipates moving to a new EMR during the period of performance of this contract. VA requires the following services for integration with the new EMR that is anticipated to be Cerner. Contractor shall provide professional services for HL7 integration with Cerner. These services shall include the following: Contractor shall participate in creation of Interface Connection Document (ICD) for all interfaces These documents will document all HL7 messaging between Cerner and Contractor systems Contractor should include setup of a test environment for testing including all vendor provided software licensing Participation in all testing (Connectivity and Functional Testing) Patient Identifier modifications. Patients will be receiving a new MRN called EDIPI EDIPI Primary Insert and SSN Secondary ID Placement Contractor will be sent Patient List (secure) to Cerner and Cerner to send back matching EDIPI Database shall be modified to for this change, and not affect existing production systems. Go-live support Onsite or Offsite Cutover Stand-by services for troubleshooting when Cerner go-live date is determined. Anticipated during the Contract period of performance Training Training should take place between the hours of 7:00 am and 7:00pm Training shall cover a minimum of 10 staff Vendor shall cover all travel and associated costs for the trainer On-site trainer must complete or have completed VA Privacy training and provide documentation due to patient privacy On-site manufacturer presence for Go-live Optional pricing for additional Follow-up training shall be included as optional items Training shall cover systems operation, study retrieval, study editing, study sign off, and verification that study results have made it to the EMR. Training shall also be included for technical staff to trouble shoot common systems and connectivity problems 2 Copies of service and operators manual shall be provided, or 1 electronic copy of each. Option years shall have the following deliverables. All software updates and upgrades to the system (excluding new functionality) versions shall be included. All labor, time, material and equipment necessary to repair the PFT systems back to original manufacturer specifications. Parts shall be delivered within 48 business hours. On-site response is required within 48-hours and shall be calculated only from Hours of Coverage. Unlimited phone support for applications and technical issues during the hours of coverage. Unlimited phone support for HL7 interface testing with EMR and testing new interface to Cerner. If problems persist and are unable to be corrected with phone support, on-site response is required and included. On-site applications support is not included, pricing shall be provided to lock in pricing during the contract period of 1-day of support at a time. **If offering equipment as a non-manufacturer (i.e. distributor) the vendor is also required to submit memo from the manufacturer that shows they are authorized as a distributor of the equipment. DELIVERY SCHEDULE All items to be delivered during normal working hours between 8:00am and 4:00pm, Monday through Friday. CLIN Quantity Delivery Date All Items SHIP TO: Department of Veterans Affairs Clement J. Zablocki VA Medical Center 5000 W. National Ave, Bldg. 111 Milwaukee, WI 53295-0001 United States All Items Days ARO ***Please indicate procurement completion from Award to last day of training, i.e. 30-Days, 60-Days, etc.*** As a reminder this is not a Request for Quote or an announcement of a solicitation. Responses will be used solely for market research purposes of the Government. VOSBs and SDVOSBs must be registered and verified in VIP for set-aside consideration. The applicable North American Industry Classification System (NAICS) Code for this requirement is 339112 (Surgical and Medical Instrument Manufacturing) and the small business size standard is 1,000 employees. Responses shall submit by e-mail to Carl Weber at carl.weber3@va.gov. Please indicate if the product is on Federal Supply Schedule or Open Market. The information requested must be received no later than 11:59pm. local time on Friday, August 13, 2021. Subject line shall reference Sources Sought announcement number 36C25221Q1051 from beta.SAM.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/67507fd02aea47e983c7977a426d3ddd/view)
 
Record
SN06091265-F 20210812/210811201701 (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.