Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 07, 2016 FBO #5249
DOCUMENT

65 -- PR# 629-16-2-7224-0095, Project Legacy OR Integrated System - Attachment

Notice Date
4/5/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
VA25616N0527
 
Response Due
4/12/2016
 
Archive Date
5/12/2016
 
Point of Contact
Rachel Babin
 
E-Mail Address
Rachel.Babin@va.gov
(rachel.babin@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (market survey). This is not a request for quote (RFQ) or a request for proposal (RFP). This announcement is for information and planning purposes only and is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or award a contract. The Government will not pay for any cost incurred in responding to this announcement. Any information submitted by respondents to this Sources Sought synopsis shall be voluntary. This Sources Sought Notice is for Market Research purposes only. The information submitted in response to the Sources Sought Notice will not be utilized to determine vendor standing in any future/potential Request for Quote/Request for Proposal, nor will it be utilized to determine if a vendor is qualified to submit a Request for Quote/Request for Proposal for any future/potential requirement. The notice and the information received shall not be used to determine how well respondents can perform a requirement, which can only be evaluated in response to a solicitation. Vendors will not receive formal notification or feedback on any information submitted in this Sources Sought request. All future/proposed submissions/solicitations requirements solicited on a Government Point of Entry will be evaluated independent of any information submitted in response to this Sources Sought Notice. No vendor will be provided information on solicitations issued on a Government Point of Entry based on this Sources Sought request. This Sources Sought Notice is relative to the NAICS code 339112 - SB size standard 500 Employees. Large and Small Businesses are invited to answer this market survey to determine market capabilities. The Southeast Louisiana Veterans Health Care System (SLVHCS) is in need of OR Video Integration system for the activation of a new medical center in New Orleans, LA. The objective of this procurement is to identify a vendor to provide the OR Video Integration system. NOTE: Please submit electronic response indicating capability to supply the aforementioned item(s) via line card or published description (no more than 3 pages) as well as POC (name, telephone # and email address) along with contractor's CAGE, DUNS, and the physical location of your facility to the individuals listed within this notice. Response deadline: 2:00 p.m. CST, April 12, 2016. Where to send responses: Rachel.Babin@va.gov STATEMENT OF OBJECTIVES (SOO) Interventional Areas Integration Southeast Louisiana Veterans Health Care System January 25, 2016 1.Program Objective 1.1Contractor shall provide all equipment, labor, material, warranty, installation, user training, and supplies necessary to provide a fully functional Interventional Areas Integration solution, to the VA Health Care System located in New Orleans, (SLVHCS) located at 2400 Canal St, New Orleans, LA 70119. 2. Scope: 2.1The contractor shall provide a comprehensive turnkey solution that enables SLVHCS to improve clinical care by improving access to information within multiple assigned areas: 2.2 The integration system must be designed to interface and integrate in multiple locations utilizing the most recent technology and hardware prior to the installation of the equipment. The term "video integration system" will be used to describe the video input/output equipment solution. The system must be able to provide high definition quality live imaging from almost all applicable medical devices or digital image sources, regardless of type of device, signal source, or connection type. The system must also be able to accommodate all high definition signals regardless of manufacturer or signal type. The system must be able to integrate with designated medical devices, PACs, and endoscopy equipment that includes; camera control unit, light source, insufflator, mobile c-arms, vital signs monitors, OR desktops, orthopedic endoscopy pump, and orthopedic shaver. Furthermore, the system must provide a Time Out verification capability that meets The Joint Commission compliance. In addition, the system must provide for control of all endoscopy equipment. Control of the endoscopy equipment from the surgical field and the nursing station is a major requirement of the integration system. The system must have the ability to support medical devices through their interface. The system must have a collaborative venture that interfaces with the system and provides for surgical time out and real time patient information via the surgical integration system. The system has the ability to pull up patient information directly from CPARS/VISTA, which interfaces with the video integration software if possible. The term "Outlets" and "Ports" will be used to describe the faceplate and interface on the outer surface of the boom designed to accept inputs signals and/ or output signals, power, gases, and other utilities to the medical technology in the operating room. These outlets and ports should be labeled appropriately, feature standard fittings, be of medical grade, be capable of sanitization (where applicable), and feature no sharp edges. These are the areas, which require the system. 2.2.1Operating Room (quantity 8) 2.2.2Hybrid Room 2.2.3Cath Lab ((quantity 7) 2.2.4Interventional Radiology (IR) 2.2.5Electrophysiology (EP) 2.2.6ERCP 2.2.7Gastrointestinal (GI) 2.2.8Office/Conference rooms (quantity 7) 2.2.9Bronchoscopy 2.3 The integration system must permit maintenance professionals the ability to connect to the Integration system to perform diagnostics, troubleshooting, and maintenance. 2.3.1 Preventive Maintenance: 2.3.1.1 The vendor must have preventative maintenance service to meet at minimum The Joint Commission standards. 2.4 The operating system must be equivalent to Windows 7 or newer. 2.5The integration system must operator 24 hours a day, 7 days a week. 2.6 The contractor shall provide a training program to the biomedical engineering technicians and in-house personnel. 2.7 The vendor shall provide a warranty. 2.8DELIVERY, INSTALLATION AND IMPLEMENTATION 2.8.1DELIVERY 2.8.1DELIVERY 2.8.1.1Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS), 2400 Canal St, New Orleans, LA 70119. 2.8.1.2Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.8.1.3Package to prevent damage or deterioration during shipment, handling, storage, and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.8.1.4Deliver specified items only when the site is ready for installation work to proceed. 2.8.1.5Store products in dry condition inside enclosed facilities. 2.8.1.6Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.8.1.7A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.8.1.8Delivery and Installation will be coordinated through the COR. 2.8.2INSTALLATION AND IMPLEMENTATION 2.8.2.1The contractor shall provide installation and implementation project management to include site visits for each building to confirm physical installation of the Integration system. Contractors shall provide a final project schedule within 30 days of award. 2.8.2.2The hospital is responsible for furnishing all conduit and raceways unless specified otherwise on the delivery order. 2.8.2.3The contractor shall be responsible for all equipment until installed and accepted by the Government. 2.8.2.4All required equipment shall be fully installed by the Contractor, to include painting and patching of walls penetrated by the Contractor. 2.8.2.5The Contractor shall remove all related shipping debris and cleanup, any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.8.2.6Delivery and unloading shall be at the Central Energy Plant loading docks off of Tulane Ave. between South Galvez and Rocheblave. Two Service Elevators will be available for delivery of products. Elevators may be share with other contractors. Each elevator size will have a 72" wide door opening X 97 ½" wide clear interior opening X 148" depth clear interior opening X 96" high clear opening. The contractor is expected to protect the interior of the elevator in order to prevent damage to the interior walls of the elevator. 2.8.2.7The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.8.2.8Upon coordination with COR for installation, the contractor shall inform the Contracting Officer of any problems which may be anticipated in connection with installation or which will affect optimum performance once installation is completed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25616N0527/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-N-0527 VA256-16-N-0527.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2656864&FileName=VA256-16-N-0527-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2656864&FileName=VA256-16-N-0527-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04073034-W 20160407/160405234510-6bf3d19f3fc41eda1ed2002861b70547 (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 |
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.