DOCUMENT
65 -- Physiological Bed Monitoring - Attachment
- Notice Date
- 3/10/2017
- Notice Type
- Attachment
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
- ZIP Code
- 07724
- Solicitation Number
- VA11817N1945
- Response Due
- 3/24/2017
- Archive Date
- 7/1/2017
- Point of Contact
- Lana J Farber
- E-Mail Address
-
0-9702<br
- Small Business Set-Aside
- N/A
- Description
- This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The purpose of this RFI is to obtain information on capable sources of supply, industry practices, and input specific to the replacement of the physiological monitoring and telemetry system at the Ann Arbor Health Care System. The Government is not responsible for any cost incurred by industry in furnishing this information. All costs associated with responding to this RFI will be solely at the responder's expense. Not responding to this RFI does not preclude participation in any future Request for Proposal, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. A draft Performance Work Statement (PWS) is attached to this RFI. Interested and capable vendors are invited to read the draft PWS and provide a capability statement addressing the following: Provide a summary of your proposed physiological monitoring and telemetry system and detail your technical capability and expertise to execute the PWS requirements. Please describe your approach for shipping the physiological monitoring and telemetry system equipment identified in PWS paragraph 5.3. Please describe your approach and timeline for installing a physiological monitoring and telemetry system that satisfies the PWS requirements. Please specify the minimum wireless network capabilities to support your proposed physiological monitoring and telemetry system. Please describe your approach to inventory and dispose of the existing physiological monitoring and telemetry system. Please indicate if there is a trade-in value for the existing physiological monitoring and telemetry system. The existing physiological monitoring equipment is the Ultraview product line from Spacelabs Healthcare. It was received in late 2008. Quantities will closely match the table 5.3 in the draft PWS. Has the draft PWS provided sufficient detail to describe the technical requirements that encompass the physiological monitoring and telemetry system and associated services to be provided under this effort. If NO, please provide your technical comments/recommendations on elements of the draft PWS that may contribute to a more accurate proposal submission and efficient, cost effective effort. Please provide Rough Order Of Magnitude (ROM) (Not a Quote) for providing the physiological monitoring and telemetry system and associated services outlined in the draft PWS. For Service Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), indicate if 50% or more of the ROM will be manufactured/performed by your firm or other eligible SDVOSB/VOSB firms, or other small business firms. Please limit responses to 20 pages or less. All proprietary/company confidential material shall be clearly marked on every page that contains such. VA is under no obligation to provide feedback to the company, or to contact the company for clarification of any information submitted in response to this request. However, VA may contact certain respondents to seek further information as market research. The VA Technology Acquisition Center points of contact for this RFI are Contract Specialist, Lana Farber and Contracting Officer, Kevin Monahan. Any questions pertaining to this RFI shall be emailed directly to Lana Farber at Lana.Farber@va.gov and Kevin Monahan at Kevin.Monahan@va.gov. RFI responses are to be submitted directly to Lana Farber at the aforementioned email address by 2:00 PM Eastern Standard Time, March 24, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9ebccf9567a79cb9a88a307bb2ac740e)
- Document(s)
- Attachment
- File Name: VA118-17-N-1945 VA118-17-N-1945.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3331540&FileName=VA118-17-N-1945-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3331540&FileName=VA118-17-N-1945-000.docx
- File Name: VA118-17-N-1945 DRAFT PWS for RFI.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3331541&FileName=VA118-17-N-1945-001.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3331541&FileName=VA118-17-N-1945-001.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA118-17-N-1945 VA118-17-N-1945.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3331540&FileName=VA118-17-N-1945-000.docx)
- Record
- SN04431146-W 20170312/170310234217-9ebccf9567a79cb9a88a307bb2ac740e (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 |