DOCUMENT
70 -- Real Time Location System (RTLS) National Contract - Attachment
- Notice Date
- 1/5/2011
- Notice Type
- Attachment
- NAICS
- 334119
— Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- Department of Veterans Affairs;Center for Acquisition Innovation-Austin;1701 Directors Blvd;Suite 600;Austin TX 78744
- ZIP Code
- 78744
- Solicitation Number
- VA798A11RI0040
- Response Due
- 1/12/2011
- Archive Date
- 3/13/2011
- Point of Contact
- Lateefah.parker@va.gov
- E-Mail Address
-
Contract Specialist
(Lateefah.Parker@va.gov)
- Small Business Set-Aside
- N/A
- Description
- Modification to RFI # VA798A-11-RI-0040 This Modification 1 to RFI # VA798A-11-RI-0040. The purpose of this modification is to clarify the maximum page limit for response to this RFI. Item #6 of the technical capabilities statement has been updated to reflect the maximum 15 page response limit. All other information remains unchanged. Introduction This Request for Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs (VA). The purpose of this RFI is to identify qualified sources able to meet VA requirements, to assist in planning possible future technical requirements, determine the appropriate acquisition strategy, and understand commercial pricing practices and other market information readily available. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any contract that might be awarded based on information received or derived from this RFI will be the outcome of the competitive process. Telephone inquiries and responses will not be accepted at this time since there is no further information available. This announcement is based upon the best information available and is subject to future modification. VA will not be responsible for any costs incurred by responding to this RFI. The Veterans Health Administration (VHA) of the VA is looking for sources able to provide an integrated, enterprise-wide solution for a Real Time Location System (RTLS). The VA understands the breadth and depth of the desired RTLS solution and is looking to determine the ability of industry to provide a total integrated solution. Overview VHA is comprised of 21 Veterans Integrated Service Networks (VISN) that are each responsible for managing health care activities within their geographic area that can include six to ten medical facilities and a number of supporting outpatient facilities. (Details can be found at http://www.va.gov/directory/guide/division_flsh.asp?dnum=1) VA medical centers (VAMCs) within a VISN work together to provide efficient, accessible health care to Veterans in their areas. With 163 VAMCs nationwide, VHA manages one of the largest health care systems in the United States. VHA seeks a turnkey, integrated RTLS to be deployed nationwide. The purpose is to improve the efficiency of certain business processes in its hospitals and clinics. The goals for RTLS are to: oImprove operational efficiency oDecrease operational costs oMaximize equipment utilization oIncrease clinical efficiencies and staff productivity oReduce delays in patient care oMinimize lost and misplaced items oImprove the quality of service from patient, physician, and institution perspectives oProvide medical centers with the real-time capability to actively track all assets, medical supplies, staff, patients, and environmental conditions (point source monitoring of items) through a common interface and reporting tool. oProvide national-level reporting and information sharing through an enterprise database For the purpose of this RFI, "enterprise" is defined as deployment within one or more VISNs. Solutions to be considered shall include: application software, all necessary hardware (servers, receivers, ID tags), services (installation, integration, maintenance, training) and any additional ancillary equipment for tracking of equipment, implants, staff and patients. Requirements VHA is seeking potential sources capable and interested in providing an enterprise RTLS for the purpose of tracking equipment, supplies, specimens, instruments, staff, and patients, among other possible uses. In addition, environmental monitoring such as humidity and temperature will be required. VHA is also interested in the ability of a single source to provide multiple technologies for deployment (using existing wireless infrastructure, non-wireless infrastructure, or contractor specific infrastructure) and the ability to use multiple tags and technologies to meet specifications and specialized needs. All RTLS data from a given facility must roll up into a single database, and be accessible via a single user interface. The RTLS system at each facility must also be capable of exchanging data with VA information systems and with RTLS systems at other facilities and/or with a single national information system that serves to aggregate and display RTLS data from all VA facilities. For the purposes of this RFI, VHA has defined the following space areas. Please consider all of these areas when responding to relevant questions. CampusMultiple Buildings on an area of land belonging to a facility. BuildingA free-standing structure FloorAn entire level in a building ZoneA defined area on a floor: multiple spaces RoomSmaller unit on a floor / zone. Has a defined entrance / exit point. Individual Patient Care VicinityA designated area within a room. Bed or Bay area. The range of RTLS capabilities with which VHA wishes to begin with initial deployment, shall include but are not limited to the following: A.Asset Tracking Capability - Provide VHA staff with the capability to locate portable assets used throughout the medical facility to support the delivery of health care services; varying levels of discrimination should be offered to meet site specific requirements from area level discrimination to more discrete room level discrimination in real time. B.Supply, Processing and Distribution (SPD) Automation Capability - Enhance SPD business processes through automation as it supports SPD staff responsibility for tracking, cleaning and distributing medical equipment to clinical staff throughout the medical facility by automating the tracking tasks. C.Inventory Management Capability - Monitor the usage of medical supplies and equipment necessary for critical patient procedures, particularly in specialty labs, such as cardiac cath. RTLS solutions in these areas provide real-time transparency for designated items that are "on the shelf", used in a case, or missing. The RTLS solution can support par level maintenance to ensure maximum efficiency and availability of a wide range of hospital supplies and equipment. D.Automated Temperature Capability - Provide real time temperature monitoring for refrigerated areas that store pharmaceuticals, tissues, organs, blood, food, and other items at specified temperatures. The system can monitor and record temperatures at predetermined time intervals and immediately report any temperature anomalies based on configured thresholds. E.Business Process Workflow - Track hospital staff and patients at VA medical facilities, with the objective of monitoring business activities, such as tracking a patient presented to the Emergency Department from arrival to disposition. The goal is to improve workflow through analysis of the monitoring data provided by the RTLS. F.Technical Engineering Services - Required services may include Software Configuration; Upgrades and Updates to all delivered software; Technical Engineering Services (Installation, De-installation, Relocation of RTLS components), Middleware Development services, Commercially available Middleware Services; System Integration; RTLS Implementation Support; Software Development Services; Maintenance, Warranty and Training. Solutions shall integrate all technology to provide a transparent solution to the user. Technical Capabilities Statement: In response to the RFI, interested contractors shall submit the following information: 1.Company Information/Socio-Economic Status - a.Provide the company size, the CAGE code, and the POC information (name, email address, telephone, and fax numbers). b.Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service-Disabled or Veteran Owned Small Business, is your company and or partners registered in VA's VetBiz repository? 2.Background/Past Experience - Provide the following information on a maximum of three similar projects in a healthcare environment completed within the last three years for which the responder was a prime or subcontractor. a.The name, address, and value of each project b.The Prime Contract Type, Firm Fixed-Price, Cost Reimbursement or Time and Material c.The name, telephone and address of the owner of each project d.A description of each project, including difficulties and successes e.Your company's role and services provided for each project. 3.Capabilities/Qualifications - Overview of proposed solution(s). a.Include a description of the capabilities/qualifications/skills your company possesses to perform the work as described in sections A-F above. 4.Teaming Arrangements - Description of Teaming Partners, Joint Ventures that your company would consider to perform the work. 5.Price information - Provide your commercial price history and rough order of magnitude for the same or similar products/solutions. 6.Other Market Information - Provide any other relative information, however this information must be included within the 10 page limitation. 7.Other Federal Experience - Identify the federal contract vehicles to which you are party. SPECIFIC RESPONSE INSTRUCTIONS: Please submit your response to this RFI in accordance with the following: 1) No more than 15 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company; 2) Address each of the 7 sections described above; 3) Submit your response via email to Lateefah.parker@va.gov; 4) Submit your response by 2:00 P.M. Central Time on January 12, 2010; 5) Mark your response as "Proprietary Information" if the information is considered business sensitive. 6) NO MARKETING MATERIALS ARE ALLOWED AS A PART OF THIS RFI. The Government will not review any other data, attachments that are in excess to the 15 pages.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e67aea5fc54f7222e5d3d3c50e91da62)
- Document(s)
- Attachment
- File Name: VA798A-11-RI-0040 VA798A-11-RI-0040_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=169233&FileName=VA798A-11-RI-0040-002.doc)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=169233&FileName=VA798A-11-RI-0040-002.doc
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA798A-11-RI-0040 VA798A-11-RI-0040_1.doc (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=169233&FileName=VA798A-11-RI-0040-002.doc)
- Record
- SN02354606-W 20110107/110105233958-e67aea5fc54f7222e5d3d3c50e91da62 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |