Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 19, 2017 FBO #5626
DOCUMENT

39 -- Market Research for Automated Transport System (ATS) for Omaha Nebraska VA HCS - Attachment

Notice Date
4/17/2017
 
Notice Type
Attachment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 23 (NCO23);Contract Officer;4801 Veterans Drive;St. Cloud MN 56303
 
ZIP Code
56303
 
Solicitation Number
VA26317N0544
 
Response Due
4/24/2017
 
Archive Date
5/24/2017
 
Point of Contact
Melanie Stockman
 
E-Mail Address
Contracting Officer's email
(melanie.stockman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a REQUEST FOR INFORMATION only. Market research is being conducted to determine the amount of qualified and capable businesses that can provide the items requested below. If you believe your firm is able to provide the items requested below, you are encouraged to respond by the due date with all of the required information indicated below in order to be considered. Due date for responses is Monday, April 24, 2017 at noon local time (CT). Email responses to Melanie Stockman at melanie.stockman@va.gov. All questions must be submitted in writing to the Contracting Officer in writing via email. Telephone inquiries will not be accepted/returned. NAICS: 333999 Size Standard: 500 employees Salient Characteristics--Automated Transportation System-Brand Name or Equal for the Nebraska-Western Iowa Veterans Healthcare System (NWIHCS) Omaha, Nebraska PURPOSE Implement an Automated Transport System (ATS) to meet logistical delivery needs for various service departments throughout the NWIHCS s Omaha Medical Center. ATS will be used for the loading, un-attended transportation, and delivery throughout the medical center of various materials used by a major metropolitan Medical Center including: dietetic trays and nourishments; clean and soiled linen; bio-hazard waste; regular waste; sterile supplies and instruments; medical laboratory samples; secured pharmaceuticals and IV supplies. SCOPE The NWIHCS is seeking proposals to provide for the logistical delivery of materials as described in Section 1Purpose, install, maintain and project manage an Automated Transport System (ATS) for Bldg 1 located at 4101 Woolworth Ave, Omaha NE 68105. The system shall consist of individual Automated Guidance Vehicles (AGV), appropriate carts or modifications to NWIHCS owned carts, all power systems, control systems, 24/7 vendor provided monitoring systems necessary for locating and notifying personnel when AGV have a failure or error, building equipment interfaces, cleaning systems, safety features and computer and mobile based control systems to constitute a unified, coordinated, complete, and operable ATS. AGVs must be capable of traveling autonomously through the Medical Center without floor tracks or wall mounted locators; call and travel staff elevators, and electronically open doors needed for efficient operations. The system is required to operate on a vendor supplied and maintained dedicated wireless computer system, if needed. The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. The Contractor must also address their service support plans in order to keep the system up-to-date with technological advances and increased integration within the facility's logistics plan. 2. 7 The Contractor will provide on-site training for users, work area leads, and repair technicians during the initial installation and any subsequent AGV deployments. 2. 8 The contractor will provide print, video or computer based training appropriate for new users, to meet the demands of a growing work force. SALIENT CHARACTERISTICS AGV-QTY 8 each Suggested Manufacturer Brand Name: Aethon TUG 2.5 Brand Name or equal Specifications/Salient Characteristics: Automated Guidance Vehicles (AGV), integrated into ATS system as indicated in Section 1 Purpose and Section 2 Scope. AGVs are self-propelled and rechargeable. AGV features should include the capability to accept several different carts and easily exchange carts with no tools. Pharmacy MedEx Cart-QTY 2 each Suggested Manufacturer Brand Name or Equal : Aethon Pharmacy MedEx Cart Specifications/Salient Characteristics: Automated Guidance Vehicles (AGV) specialized medicine cart, integrated into ATS system as indicated in Section 1 Purpose and Section 2 Scope. AGV pharmacy cart shall be securable to prevent theft of items within and have specialized tracking/access software for secure record keeping/audit trail of medicine loading and delivery/receipt.. Pharmacy Med Ex Software License-QTY 1 each Suggested Manufacturer Brand Name or Equal: Aethon MedEx Software Specifications/Salient Characteristics: Provide a secure chain of custody system that allows the pharmacy to track medication deliveries to the point of delivery and identifies the recipient via electronic signature via hardware and software. The cart shall consist of individual drawers that the pharmacy places medications that are requested/needed for specific patients. An AGV takes a cart with secure software to the correct delivery point and only the nurse or other authorized individual can access the medication using both an ID code and biometric (fingerprint). The person accessing the cart shall only allowed to remove the contents of a specific drawer.  The software and cart combination shall ensure secure delivery of medications and identify who received them (electronic signature). Carts-QTY 8 Suggested Manufacturer Brand Name or Equal: Aethon Specifications/Salient Characteristics: Transport cart designed for use with AGV. ' Facility Mapping Suggested Manufacturer Brand Name or Equal: Aethon FACMAPP Specifications/Salient Characteristics: Virtual track or map for guidance for all medical center areas the AGVs will traverse. Allows for autonomous, safe travel, navigating environmental interfaces, routing and stops of AGVs. Elevator Controller & Interface-QTY 2 each Suggested Manufacturer Brand Name or Equal: EC-1 Specifications/Salient Characteristics: Electronic control interface for wireless control of elevator cars Door Interface/Relays-QTY 8 Suggested Manufacturer Brand Name or Equal: Aethon Specifications/Salient Characteristics: Allows AGV to activate automated doors. Monitor and Base Station in each delivery area Suggested Manufacturer Brand Name or Equal : Aethon MONABSPP Specifications/Salient Characteristics: Windows 7 or greater based CPU controller and touch screen monitor for deploying and tracking AGVs. System is not connected to VA computer infrastructure. Automate Existing Logistics Doors-QTY 3 Each Suggested Manufacturer Brand Name or Equal: Aethon Specifications/Salient Characteristics: Install all necessary components to automate doors so AGV can enter and exit. Reconfigure Door Locks for Existing Logistics Doors-QTY 2 Each Suggested Manufacturer Brand Nameor Equal: Aethon Specifications/Salient Characteristics: Reconfigure locks to work with automated door system Wireless Nodes-QTY 15 each Suggested Manufacturer Brand Name or Equal : Aethon ETHNPP Specifications/Salient Characteristics: Hardware and software required for dedicated ATS wireless network in medical center delivery areas. Price includes installation, wiring, testing and maintenance. 2.9. 9 Annunciators-QTY 6 Suggested Manufacturer Brand Name or Equal: Aethon ANNPP Specifications/Salient Characteristics: Delivery announcer feature for secured areas not accessible to AGVs. Installation Suggested Manufacturer Brand Name or Equal: Aethon INSTl-4 Specifications/Salient Characteristics: All fees, materials, and professional services to install ATS, AGVs, control and charging systems on site. Deployment training will include separate sessions for users, super-users and VA maintenance staff. Training session may fall outside normal business hours to accommodate evening and night staff in all deployment areas. 2.9. 13 Training Sessions Suggested Manufacturer Brand Name or Equal: Aethon Specifications/Salient Characteristics: All fees, materials, travel and professional services to train VA staff on site, per 8 hour work day. These sessions are exclusive of training provided at deployment of AGVs, meeting the training needs of a growing workforce. Trainings may fall outside normal business hours to accommodate evening and night employees. MAINTENANCE AND SERVICE Hardware and Software Monthly Maintenance-QTY 12 Months Suggested Manufacturer Brand Name or Equal: Aethon HWSWMM Specifications/Salient Characteristics: Contractor will provide and maintain 24/7 remote monitoring systems including DSL connection, building equipment interfaces, safety features, wireless network, computer and mobile based control systems to constitute a unified, coordinated, complete, and operable ATS. DELIVERY AND INSTALLATION Contractor shall deliver all equipment to the Nebraska-Western Iowa Veterans Healthcare System (NWIHCS) Bldg 1 located at 4101 Woolworth Ave, Omaha NE 68105. Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver specified items only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial award delivery date specified in the delivery order, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery and Installation will be coordinated through the COR. INSTALLATION 2.11.2.l Contractor is responsible for turnkey installation of all delivery items. Install all equipment to manufacturer's specifications maintaining Federal, and Local safety standards Installation must be completed as specified in delivery order. All work shall be completed between 8:00 AM and 4:30 PM (local time) Monday - Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. The 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 NWIHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.12 SITE CONDITIONS 2.12.1 There shall be no smoking, eating, or drinking inside the hospital at any time. The contractor shall work on Monday thru Friday during normal work hours excluding federal holidays. If work needs to be done after hours it will be at the contractor s expense. During all construction Infection Control regulations must be maintained, including an ICRA prior to the start of work. The contractor shall provide notice to the COR for coordination with appropriate clinical services that may be affected during construction. It is the desire of the VA that construction debris be recycled to the maximum extent practicable. Controls for the system are to be operational when project is completed. Testing shall be performed, with written results submitted, to ensure proper functionality after installation. The contractor shall provide a quote for a full service maintenance contract with 24/7 coverage and preventative maintenance plans. The contractor shall also provide user and equipment training to the appropriate VA employees, as well as set up a kickoff meeting for project coordination. Contractor must adhere to all applicable VA Master Specification Sections during design and construction phases of the project. All requirements can be found in the Technical Information Library (TIL) at http://www.cfm.va.gov/TIL/spec.asp INSPECTION AND ACCEPTANCE: The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERABLES User Training Materials Print, video and/or computer based training (digital copies) ATS overview for general staff Print, video and/or computer based training overview for users that send and receive ATS deliveries Print, video and/or computer based training overview for super users 4.2 Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of installation. OPERATOR TRAINING Contractor shall provide On-site training of the equipment to all user groups. Scheduling of operator training shall be coordinated with the NWIHCS COR after installation is complete. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. SECURITY REQUIREMENTS The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. WARRANTY The contractor shall provide a one year manufacturer's warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. Additional items required in the offeror s response: Indicate socio-economic status Include picture of offered item and support literature, brochure, etc Indicate any existing Government contract where item maybe purchased (i.e.-FSS contract, etc) Must be able to provide installation If suggesting an Or Equal product(s), include information that demonstrates that product(s) meets/exceeds salient characteristics
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/SCVAMC656/SCVAMC656/VA26317N0544/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-N-0544 VA263-17-N-0544_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3423530&FileName=VA263-17-N-0544-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3423530&FileName=VA263-17-N-0544-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: US Department of Veterans Affairs;Nebraska Western Iowa VA Health Care System-Omaha;4101 Woolworth Avenue;Omaha
Zip Code: 68105
 
Record
SN04474377-W 20170419/170417234344-5ed04dd486bdb000ba041782f660d590 (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.