SOURCES SOUGHT
65 -- Sources Sought Electronic Fetal Monitor needed at Chinle IHS
- Notice Date
- 5/9/2023 11:21:18 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- CCHCF23-TB01
- Response Due
- 5/24/2023 4:00:00 PM
- Archive Date
- 05/25/2023
- Point of Contact
- Tanya Begay, Phone: 9286747635
- E-Mail Address
-
tanya.begay2@ihs.gov
(tanya.begay2@ihs.gov)
- Description
- This Sources Sought Notice is issued in accordance with FAR 5.101.� The purpose of this notice is to identify potential sources able to deliver and install a new, fully operational Electronic Fetal Monitoring (EFM) to be used in the Obstetric Care Unit (Labor & Delivery, Postpartum), Chinle Comprehensive Health Care Facility (CCHCF), Navajo Area Indian Health Service. *** THIS IS NOT A SOLICITION OR REQUEST FOR PROPOSAL ***� This Sources Sought notice is a means of conducting market research to identify capable, experienced parties able to marshal resources to effectively and efficiently perform the objectives listed herein.� The result of this market research will contribute in determining the method of procurement and acquisition strategy.� This notice does not commit the Government to issue a solicitation or make an award OR to prelude a solicitation expected to be issued from closure of notice. CCHCF provides medical care for approximately 35,000 Navajo. Serving a rural area, many of our patients travel 100 miles round trip to receive care and do not have electricity or running water in their homes. And, most of our elderly patients speak only Navajo, and live according to traditional Navajo cultural practices. The Chinle Comprehensive Health Care Facility and Ambulatory Care Center is a 60-bed inpatient hospital and outpatient facility. Services offered are: Adult inpatient and Pediatric Inpatient Care, Outpatient Primary Care, Adult Intensive Care, Emergency Medicine, General Surgery, Podiatry, OBGYN, Labor & Delivery, Women's Health, Midwifery, Mental Health, Pharmacy, Optometry, Dental, PT, OT, Speech Pathology, Audiology, Lab, Public Health and School Health. Description of Supplies: The Contractor shall deliver and install an EFM monitoring system that is used in our Obstetric Care Unit (Labor & Delivery, Postpartum). Electronic Fetal Monitoring allows for fetal surveillance and assessment of uterine activity. The intent of intrapartum fetal surveillance is to assess uterine activity, fetal well-being, and the fetal heart rate (FHR) response to labor in order to make appropriate, physiologically based clinical decisions (Lyndon and Ali, 2015). Fetal heart monitoring includes initial and ongoing assessments of the woman and fetus; utilization of monitoring techniques including application of fetal monitoring components; ongoing monitoring and interpretation of FHM data, this allows for clinical interventions as needed. Electronic Fetal Heart monitoring is a standard of care for obstetric care. The current system does not have bidirectional HL7 interface with RPMS.� Central electronic fetal monitoring is required to ensure safe patient care is implemented. Decisions for care are dependent on the status of the fetus and the maternal uterine activity, this information is obtained via electronic fetal monitoring. Central fetal monitoring allows the staff to have view of patients who require EFM at a central location. The system must be compatible with the current bedside monitors, where the information is generated. This electronic information crosses to the central fetal monitoring system. The current bedside monitors are GE monitors, which are due to be replaced in 2023 or 2024. At the time of replacement, the recommendation is to replace with the same brand that will be awarded the central monitoring software. The current system must be able to interface with the electronic health record (EHR) to send EFM information. Delivery Timeframe:� 120 days after receipt of award Shipping Address: Chinle Comprehensive Health Care Facility, Off Highway 191 & Hospital Drive, Chinle, AZ 85603 Instructions to Industry: All capable parties are encouraged to respond. Responses must directly demonstrate the company�s capability, experience, and ability to marshal resources to effectively and efficiently perform the objectives described above. Generic capability statements are not sufficient and will not be considered compliant with the requirements of this notice. The Government requests interested parties submit a written response to this notice which includes: Company name, address, email address, website address, telephone number, and business size (i.e., small business, 8(a), woman owned, veteran owned, etc.) �and type of ownership for the organization. Company Point of Contact�s Name, telephone number, and e-mail address.� Company POC shall have the authority and knowledge to clarify responses. System for Award Management (SAM) Unique Entity Identifier (UEI) number, expiration, and registration status. All respondents must register on the SAM located at http://www.sam.gov . Applicable company GSA Schedule number or other available procurement vehicle. Capability Statement: Detailed capability statement addressing the company�s qualifications and ability to provide the requirements listed herein, with appropriate and specific documentation supporting claims of recent organizational and staff capability to support this requirement.� If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. References: Provide a list of all private industry or government contracts for same items that you have delivered within the last 3 years. Please include the customers� contact names, addresses, telephone number, dollar value of contract, and brief description of the supplies provided on the contract. Specifications: Provide evidence that you can meet the attached Specifications and Description of Supplies listed herein. Specifications: Provide evidence that your product offers continued software support. Delivery/Logistics: Provide evidence that the item is readily available and can meet Delivery Timeframe listed herein. Warranty: Provide evidence that the item has warranty options. If American Indian/Native American owned small business, then complete attached IEE Representation form. *Responses must be submitted via email to the Primary POC no later than specified closing date.� **NO QUESTIONS WILL BE ACCEPTED. The Government will evaluate market information to ascertain potential market capacity to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; and 3) implement a successful project management plan that includes: compliant with tight program schedules; cost containment: meeting and tracking performance; hiring and retention of key personnel and risk mitigation. Disclaimer and Important Notes:� This notice does not obligate the Government to solicit or award a contract. Any information provided by industry to the Government as a result of this sources sought synopsis is strictly voluntary. Responses will not be returned. No entitlements to payment of direct or indirect costs or charges to the Government will arise as a result of contractor submission of responses, or the Government's use of such information or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization�s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published on a Government GPE. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality:� No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).� Attachments: Specifications IEE Representation form Primary POC: Tanya Begay, Supervisory Contract Specialist 928-674-7635, tanya.begay2@ihs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f69c9228e27d4ce689277f73d7429d15/view)
- Place of Performance
- Address: Chinle, AZ 86503, USA
- Zip Code: 86503
- Country: USA
- Zip Code: 86503
- Record
- SN06677313-F 20230511/230509230114 (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 |