DOCUMENT
65 -- MUSE and MARS SYSTEM UPGRADE - Attachment
- Notice Date
- 9/23/2016
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- VA26216Q1555
- Archive Date
- 10/20/2016
- Point of Contact
- WON CHAE
- Small Business Set-Aside
- N/A
- Award Number
- VA262-16-P-7268
- Award Date
- 9/20/2016
- Awardee
- TRILLAMED, LLC;30100 TELEGRAPH RD;BINGHAM FARMS;MI;48025
- Award Amount
- $426,727.03
- Description
- The Department of Veterans Affairs, Network Contracting Office 22, is issuing this Award Notification to inform industry contractors. It is awarded for a Service Disabled Veteran Owned Small Business (SDVOSB) Sole Source as prescribed in FAR 6.302-5, Authorized or Required by Statute. Prior to this notice, market research was conducted and concluded that TrillaMed LLC, a Certified Service Disabled Veteran Owned Small Business (SDVOSB) in the www.vetbiz.gov database, has capability to provide the requirement being requested. In addition, TrillaMed LLC has a successful record of providing equipment and performing services to Veteran Affairs Medical Centers (VAMC). This sole source action is being acquired in accordance with the statue identified under Public law 109-461 Title 38 Veteran's Benefits U.S. Code 8127, which allows sole source contracts above the simplified acquisition threshold to be awarded to a small business owned and controlled by veterans and small business concerns owned and controlled by veterans with service-connected disabilities by using other than competitive procedures. This Requirement is to provide MUSE and MARS upgrades and below are the Salient Characteristics and Statement of Work (SOW) required for this request: A.Ship/deliver, install, and configure (1) application/database server to operate MUSEv8. Minimum specifications below: i.Form factor: tower or rack ii.Processor: Intel Xenon 2 GHz w 512k L2 cache iii.RAM: 4 GB for application/database server iv.Hard Disk memory: 40GB C: partition and 72GB D: partition v.RAID: yes vi.Optical drive: RW CD/DVD-ROM vii.(1) serial port (Digi AccelePort 8-port PCI with 8-port DB9 configured for COM 3-COM 10) viii.(2) USB 2.0 ports (1 for keyboard, 1 for mouse) ix.(1) keyboard port x.(1) mouse port xi.Video: 1024x768 resolution xii.Network: 1-10/100/1000 Mbps xiii.Operating System: Microsoft Window Server 2012 R2 SP1 64-bit xiv.Database Application: Microsoft SQL Server 2012 64-bit B.Ship/deliver, install, and configure (1) HL7 production server to operate MUSEv8. Minimum specifications below: i.Form factor: tower or rack ii.Processor: Intel Xenon 2 GHz w 512k L2 cache iii.RAM: 4 GB for application/database server iv.Hard Disk memory: 2 x 72 GB CSI HDDS with 60 GB of usable storage v.RAID: yes vi.Optical drive: RW CD/DVD-ROM vii.(2) USB 2.0 ports (1 for keyboard, 1 for mouse) viii.(1) keyboard port ix.(1) mouse port x.Video: 1024x768 resolution xi.Network: 1-10/100/1000 Mbps xii.Operating System: Microsoft Window Server 2012 R2 SP1 64-bit C.Ship/deliver, install, and configure (1) test server to operate MUSEv8. Minimum specifications below: i.Form factor: tower or rack ii.Processor: Intel Xenon 2 GHz w 512k L2 cache iii.RAM: 4 GB for application/database server iv.Hard Disk memory: 40GB C: partition and 72GB D: partition v.RAID: yes vi.Optical drive: RW CD/DVD-ROM vii.(1) serial port (Digi AccelePort 8-port PCI with 8-port DB9 configured for COM 3-COM 10) viii.(2) USB 2.0 ports (1 for keyboard, 1 for mouse) ix.(1) keyboard port x.(1) mouse port xi.Video: 1024x768 resolution xii.Network: 1-10/100/1000 Mbps xiii.Operating System: Microsoft Window Server 2012 R2 SP1 64-bit xiv.Database Application: Microsoft SQL Server 2012 64-bit D.Ship/deliver, install, and configure (3) MUSE v8 workstations. Minimum specifications below: i.Form factor: Desktop or mini tower ii.Processor: Intel Core 2 Duo 2.13 GHz iii.RAM: 1 GB iv.Hard Disk Memory: 16 GB v.Optical drive: RW CD/DVD-ROM vi.Floppy drive vii.(1) USB 2.0 port viii.(1) SD card reader ix.(1) keyboard port x.(1) mouse port xi.Video: 1024x1024 resolution xii.Network: 1-10/100/1000 Mbps xiii.Operating System: Microsoft Windows 7 64-bit E.Upgrade (3) mobile resting ECG systems to latest software and LAN connectivity F.Upgrade (6) mobile resting ECG systems to latest software and Wi-Fi connectivity G.Upgrade (1) mobile resting ECG systems to latest software, Wi-Fi connectivity, and Stress AHA package (for chemical stress tests) H.Ship/deliver, install, and configure (6) Wi-Fi configured mobile resting ECG systems. Minimum specifications below: i.Interfaces with MUSEv8 via LAN and Wi-Fi ii.Mobile iii.Display a.Displays 3, 6, 12, and 15 waveforms b.Waveform quality check software c.10.4" LCD screen iv.Analysis program a.Measurements b.Interpretation with age and gender software c.Right ventricular involvement (RVI) 15-lead v.Memory: Internal and SD card vi.Thermal printer with 8.5"x11" paper I.Ship/deliver, install, and configure (3) Wi-Fi/LAN configured portable resting ECG systems. Minimum specifications below: i.Interfaces with MUSEv8 via LAN ii.Portable in a watertight hard case with cushioned inside iii.Display a.Capable of displaying 3-6 waveforms b.Waveform quality check software c.6.5" LCD screen iv.Analysis program a.Measurements b.Interpretation with age and gender software v.Memory: Internal and SD card vi.Thermal printer with 8.5"x11" paper J.Upgrade GE Healthcare MARSv7 Cardiology Data Management System to GE Healthcare MARSv8 K.Ship/deliver, install, and configure (1) server to operate MARSv8. Minimum specifications below: i.Form factor: Desktop or mini tower ii.Processor: Intel Core 2 Duo 2.13 GHz iii.RAM: 1 GB iv.Hard Disk Memory: 16 GB v.Optical drive: RW CD/DVD-ROM vi.Floppy drive vii.(1) SD card reader viii.(2) USB 2.0 port ix.(1) keyboard port x.(1) mouse port xi.Video: 1024x1024 resolution xii.Network: 1-10/100/1000 Mbps xiii.Operating System: Microsoft Windows 7 64-bit L.Ship/deliver, install, and configure (9) holter monitors. Minimum specifications below: i.Interfaces with MARSv8 via Bluetooth ii."Pocket-sized" portability to allow patient to wear comfortably iii.48 hour recording iv.Event button v.Data encryption M.Ship/deliver, install, and configure (1) Cardiac Assessment System for Exercise and Training patient monitor and workstation. Minimum specifications below: i.Interfaces with MUSEv8 via LAN ii.Mobile iii.PC a.Operating system: Windows 7 64-bit b.250GB hard drive memory c.Processor: intel Celeron Mobile Processor Dual-Core, 1.9GHz, 64-bit d.Thermal printer for 8.45"x11" or 8.27"x11" "Printer resolution: 1000 lines/s x200 dpi "Printer speed: 5,12.5,25, and 50 mm/s "Printer sensitivity/gain: 2.5,5,10, and 20 mm/mV iv.Display a.Displays: 3-15 waveforms, real-time heart rate, target heart rate, real-time blood pressure, exercise clock, stage clock, phase clock, protocol, speed, grade, Watts, METS, RRP, and SPO2. b.19" LCD monitor c.Display resolution: 1280x1024 d.Display speed: 25.50 mm/s e.Display sensitivity/gain: 2.5, 5, 10, and 20 mm/mV v.Analysis: a.Real-time ECG/QRS beep/TTL synchronization output b.Beat to beat ECG storage and event review c.Post-test median measurements from E, J, and post-J point selections d.Automatic and manual QRS e.Finite residual filter and/or cubic spline analysis f.ECG analysis frequency: 500Hz g.ST measurements: ST amplitudes, slope, integral, index, ST/HR hysteresis, St/HR slope, ST/HR loops, St/HR index up to 15 leads h.Signal processing: incremental median updating technique N.Ship/deliver, install, and configure (1) blood pressure and (1) SpO2 monitor. Prefer if blood pressure and SpO2 integrated into 1 monitor. Minimum specifications below: i.Interfaces with GE MUSEv8 ii.Measures non-invasive blood pressure a.Systolic range: 40-270 mmHg b.Diastolic range: 20-160 mmHg c.Heart Rate: 40-200 bpm d.Visual and audible display of Korotkoff sounds e.Measures SpO2 via finger clip and ear clip iii.Automatically sample in 1-20 minutes intervals iv.7" color LCD screen O.Ship/deliver, install, and configure (1) GE T2100 treadmill. Minimum specifications below: i.60" walking surface ii.Front and side handrails iii.Clearance for EKG leads attached to patient on the treadmill iv.Stops gradually or immediately v.Weight capacity: 450 lbs. vi.Speed range: 0-13.5mph P.On-site clinical applications training for MUSEv8 and resting ECG devices Q.On-site clinical applications training MARSv8, and ambulatory ECG devices R.(1) Technical service training for MUSE S.(1) Technical service training for MARS. T.Install and configure FIPS certified Wi-Fi network in the main hospital using existing Wireless infrastructure U.Install and configure LAN network in CBOCs and PTOCs. V.Ship/deliver, install, and configure (1) handheld 2-D and color doppler ultrasound device for cardiac scanning. Minimum specifications below: i.Handheld/portable ii.Display a.Color b.2D c.Video d.Clearly displays and accurately measures: left ventricular, myocardium septum wall, inferior vena cava, mitral valve, and aortic valve iii.Analysis a.Auto freeze b.Detects a complete cardiac cycle c.Save still frame as JPEG and/or movie in MPDG-4 format d.Views: Parasternal long axis and subcostal long axis iv.G3S linear phased array transducer probe with dedicated button for marking v.4GB internal or external storage vi.Rechargeable battery with capacity to keep the ultrasound on for at least 1 hour vii.Docking station that connects the ultrasound to the viewing PC and charges the rechargeable battery. A power requirement of the docking station/charge station is single phase 110VAC. viii.Compatible with Windows 7 PC ix.On site clinical applications training Specific Tasks: Task 5.1.The Contractor will notify either Biomedical Engineering or the Imaging Department of his/her intent to come on-site before arrival. Task 5.2.Any work will be performed Monday-Friday, 7:30am to 5:00pm local standard time Task 5.3.The Contractor will check-in with the VA Police Department upon arrival, before doing any work on-station. Task 5.4.MUSE and EKG monitor upgrades Task 5.4.a.Replace (1) MUSEv7 server with (1) application/database server, (1) HL7 server, and (1) test server to support MUSEv8. Information of affected equipment below: i.EE#18023/sn: USE830w461 Task 5.4.b.Replace (2) MUSEv7 workstations with (3) MUSEv8 workstations. Information of affected equipment below: i.EE#15166/sn: 2UA73907FS ii.EE#15163/sn: 2UA73907FR Task 5.4.c.Replace (5) MAC 5000s and (1) MAC 5500 with (6) similar/like systems that interfaces with MUSEv8. Information of affected equipment below: i.EE#9055/sn: M1MP0737F ii.EE#9053/sn: M1MP0739F iii.EE#9059/sn: M1MP0744F iv.EE#9058/sn: M1MP0748F v.EE#25556/ sn: SKJ14071537SA Task 5.4.d.Replace (3) MAC 1600s with (3) similar/like systems that interfaces with MUSEv8. Information of affected equipment below: i.EE#24447/sn: SDE13230052NA ii.EE#24448/sn: SDE13230057NA iii.EE#24449/sn: SDE13230083NA Task 5.4.e.Upgrade (6) MAC 5500s to latest software and LAN connectivity. Information of affected equipment below: i.EE#20418/sn: SCD10383346GA ii.EE#20420/sn: SCD10383333GA iii.EE#20422/sn: SCD10383352GA iv.EE#20423/sn: SCD10383345GA v.EE#20424/sn: SCD10383348GA vi.EE#20425/sn: SCD10383337GA Task 5.4.f.Upgrade (4) MAC 5500s to latest software and Wi-Fi connectivity. Information of affected equipment below: i.EE#15421/sn: SCD07391622GA ii.EE#19251/sn: SCD10023042GA iii.EE#20419/sn: SCD10383353GA iv.EE#20421/sn: SCD10383395GA Task 5.5.MARS and holter monitor upgrades Task 5.5.a.Replace (1) MARSv7 workstation with (1) workstation to support MARSv8 application. Information of affected equipment below: i.Sn: Sn: FA207351638GA Task 5.5.b.Replace (15) SEER Light holter monitors with (9) similar/like systems that interfaces with MUSEv8. Information of affected equipment below: i.EE#20029/sn: P83114096 Task 5.6.Stress test lab upgrades Task 5.6.a.Replace (1) GE CASE 2000 patient monitor workstation with (1) similar/like system that interfaces with MUSEv8. Information of affected equipment below: i.EE#15170/sn: SCF07321907SA Task 5.6.b.Replace (1) SunTech Tango+ blood pressure monitor and Masimo Radical 7 oximeter with (1) device that can record both measurements and interfaces with MUSEv8. Information of affected equipment below: i.EE#15162/sn: 00023341 ii.EE#14855/sn: G12022 Task 5.6.c.Replace (1) GE T2100 treadmill with (1) similar/like system that interfaces with MUSEv8. Information of affected equipment below: i.EE#14984/sn: SBC07372848SA Task 5.6.d.Ship/deliver, install, and configure (1) handheld 2-D and color doppler ultrasound device for cardiac scanning. Task 5.7.(1) year warranty on all new equipment to include all parts and labor. Task 5.8.(3) years of technical support to includes phone support. Task 5.9.The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed, current configurations, and inspection/quality assurance tests results. Task 5.10.The Contractor shall not remove any hard drives off station. All hard drives will be turned in to Biomedical Engineering. Task 5.11.The contract, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in the contract. This procurement is being conducted using commercial item procedures pursuant to FAR Part 12 and FAR part 13. The place of delivery is as follows: VA San Diego Medical Center 3350 La Jolla Village Drive San Diego, CA 92161 The Government is continually seeking for business concerns to fulfill Government requirements. Therefore, if your company is able to fulfill future requirements in relation to MUSE and MARS Upgrades, please send the following information to Won Chae, Contract Specialist at won.chae@va.gov. "Company name "Address "Point of contact "Phone, fax, and email "DUNS number "Cage Code "Tax ID Number "Type of small business, e.g. Services Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), 8(a), HUBZone, Women Owned Small Business (WOSB), Small Disadvantaged Business, or Small Business Submission must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described. Provide any certifications and/or licenses, test/calibration equipment, and evidence of the ability of obtaining original equipment manufacturer parts.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/Awards/VA262-16-P-7268.html)
- Document(s)
- Attachment
- File Name: VA262-16-P-7268 VA262-16-P-7268_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3021915&FileName=-8660.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3021915&FileName=-8660.docx
- File Name: VA262-16-P-7268 P03 J_A SDVOSB Sole Source-TrillaMed.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3021916&FileName=-8661.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3021916&FileName=-8661.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA262-16-P-7268 VA262-16-P-7268_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3021915&FileName=-8660.docx)
- Record
- SN04286364-W 20160925/160923235218-ebebf24ee02fdbb31b568d360d1fb044 (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 |