DOCUMENT
65 -- Zeiss Forum Eye Data Mananagement System - Attachment
- Notice Date
- 6/17/2017
- Notice Type
- Attachment
- NAICS
- 334112
— Computer Storage Device Manufacturing
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
- ZIP Code
- 39216
- Solicitation Number
- VA25617N0884
- Response Due
- 6/30/2017
- Archive Date
- 8/29/2017
- Point of Contact
- Diyonne Williams
- E-Mail Address
-
6-6956<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- STATEMENT OF WORK OPHTHALMIC DATA MANAGEMENT SYSTEM MICHAEL E. DEBAKEY VA MEDICAL CENTER, HOUSTON, TEXAS PURPOSE The overall purpose is to procure a comprehensive, integrated ophthalmic data management system for the Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Blvd, Houston, Texas 77030 and eye clinics located at the MEDVAMC s community based outpatient clinics located in the following Texas cities: Beaumont, Lufkin, Katy, Richmond, Texas City, Conroe and Tomball. The system must interface with the MEDVAMCs electronic medical record and existing eye equipment enabling consolidated storage, transfer, review and analysis of eye tests and exams conducted at any of the above-listed sites. The Contractor shall provide all necessary tools, interfaces, equipment/hardware, software, licenses, delivery, installation, warranty, and training. BACKGROUND The MEDVAMC and its community satellite outpatient clinics have many and varied eye testing and exam systems. At present, these systems operate independently and very few are interfaced with the facility s electronic medical record. Test and exam data is routinely printed and then scanned into the medical record, a very labor intensive system that yields less than optimal image quality after scanning. Furthermore, accessing the scanned data is cumbersome for the eye physicians. This request is to acquire a data management system that will integrate eye data from these systems, store the information, and transfer it to the MEDVAMC electronic medical record. The system should also facilitate review of the data by eye care providers for treatment decision making purposes. SCOPE The goal is to have the same vendor supply, install, and train staff on the use of eye data management system at the MEDVAMC as well as its community based outpatient clinics. QUANTITY Eye Data Management System: 1 ITEM TO BE PROCURED (SPECIAL INSTRUCTIONS): a. The suggested manufacturer is Zeiss. The items preferred are Zeiss Forum Archive Version 3.2 OR EQUAL and Zeiss Forum Archive Glaucoma Workplace 2.0 OR EQUAL. b. An OR EQUAL Eye Data Management System must meet certain specifications and salient characteristics. These specifications and salient characteristics are listed in item E of this Statement of Work. SPECIFICATIONS AND SALIENT CHARACTERISTICS The system will provide 25 eye exam and testing data viewing stations for exam rooms and staff workstations Single Server Configuration Support integrated review of multiple glaucoma-related tests (visual fields, OCT scans, fundus images) by a provider to facilitate treatment decision making The eye data management system will integrate, save, and upload test and examination data from the following sites and equipment: Houston VA Medical Center Devices: 1. Carl Zeiss: Visucam NM/FA: Version 4.2.2 or Greater with DICOM Gateway 2. Heidelberg : HRT3 - Retina: HEYEX Version 1.7 Greater 3. DIOPSYS: NOVA-ERG: FORUM Link Net 4. Heidelberg : Spectralis HRA + OCT: DICOM using Spectralis Version 5.4 or Greater 5. Heidelberg : Spectralis HRA + OCT: DICOM using Spectralis Version 5.4 or Greater 6. Carl Zeiss: Visante - OCT: Version 3.0 with DICOM Gateway 7. Carl Zeiss: Atlas 9000: Version 3.0 with DICOM Gateway 8. Haag-Streit: LENSTAR LS 900: DICOM using EyeSuite Software Version 4.1.0 or Greater 9. Carl Zeiss: IOLMaster 500: Version 5.4.4 or Greater with DICOM Gateway 10. Ellex: Eye Cubed I3 B Scan - Model 4: DICOM 11. Carl Zeiss: Visupac with FF450+: Version 4.4 or Greater with DICOM Gateway 12. Haag-Streit: BQ900: DICOM using EyeCap Version 4.0 or Greater Tomball VA Clinic Devices: 1. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway 2. Carl Zeiss: HFA 750i: Less than Version 5.0 Katy VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 4000: Version 6.5 or Greater with DICOM Gateway 3. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Texas City VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Richmond VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 5000: Version 6.5 or Greater with DICOM Gateway 3. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Beaumont VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Topcon: TRC-50DX: DICOM using IMAGEnet R4 with DICOM Gateway Lufkin VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 4000: Version 6.5 or Greater with DICOM Gateway 3. Heidelberg : Spectralis HRA: DICOM using Spectralis Version 5.4 or Greater Conroe VA Clinic Devices: 1. Carl Zeiss: HFA 750i: Less than Version 5.0 2. Carl Zeiss: Cirrus - HD OCT / Model 4000: Version 6.5 or Greater with DICOM Gateway 3. Heidelberg : Spectralis HRA: DICOM using Spectralis Version 5.4 or Greater 5. The equipment shall be compatible with the equipment, infrastructure, and supplies already in use at the MEDVAMC and named outpatient clinics. SPECIAL REQUIREMENTS: All bids must address and meet all specifications and salient characteristics defined in this section. OR EQUAL submissions must meet the specifications and salient characteristics as listed in item E of this Statement of Work. OR EQUAL submissions shall be similar to the specified dimensions, color schemes, function, capability, and quality. OR EQUAL products submissions must include manufacturer s product brochure including specification information, warranty data, and physical samples of manufacturer s full range of finish options. Failure to clearly note that the products being quoted are the requested brand name, or failure to supply OR EQUAL products specifications and informational literature shall constitute a bid that is non-compliant and shall not be further evaluated for award. SYSTEM REQUIREMENTS Contractor shall provide a projected schedule in terms of days from the time of award addressing (at a minimum) the following milestones: verification that all system quantities and configurations are accurate; manufacture/assembly of all parts and/or equipment; delivery to identified location; and complete installation of hardware. TRAINING Contractor shall provide comprehensive training on the use of the equipment for the operating clinicians. This training program shall include at the minimum the following: (i) Technical Training, (ii) Operational Training, and (iii) Hardware and Software Trouble-shooting. Training shall occur onsite during normal business hours, 8:00am-4:30pm, Monday through Friday. Competency assessments shall be provided with the training. Contractor shall provide technical training for two biomedical engineering personnel. The cost for this training and all training related expenses such as travel, lodging, and other expenses are included in the contract price. This training shall cover the preventative maintenance, troubleshooting, and general maintenance of the equipment. Training shall allow for classroom instruction as well as individual hands on programming, troubleshooting and diagnostics exercises. Competency assessments shall be provided with the training. TESTING AND CERTIFICATION Upon installation of each piece of equipment in the system, the Contractor shall notify the COR in writing that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. GOVERNMENT ACCEPTANCE TEST Contractor shall perform the Government Acceptance Test in the presence of the COR and designated Ophthalmology Staff for proof-of-performance. Upon completing the Government Acceptance Test successfully, Contractor shall document the success of this Government Acceptance Test on Contractor s company form which will be certified by the COR s signature as an evidence of Government Acceptance of the referenced piece of equipment. A copy of this document shall be furnished to the COR and the Contracting Officer before Contractor s Representative at the end of each testing. INSTALLATION Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for the installation of the equipment at the MEDVAMC and the named community VA clinics. This equipment will be installed no later than 45 days after award. All employees of general contractor and subcontractors shall comply with the MEDVAMC vendor employee management program. Contractor shall be responsible for removing all packing materials and related waste and dispose of offsite. REQUESTED RESPONSES: The intent of this Request for Information (RFI) is to establish sources in order to define the procurement strategy. Interested contractors are requested to respond in accordance with the following Please respond to this RFI if you are capable of providing the listed products. Please cite business size status in the response. Please respond to this RFI if you are capable of providing supplies that can be determined to be EQUIVALENT to the products listed in the section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to diyonne.williams@va.gov. Please respond to this RFI no later than Friday, June 30, 2017 and no later than 5 PM CT. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25617N0884/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0884 VA256-17-N-0884.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3592785&FileName=VA256-17-N-0884-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3592785&FileName=VA256-17-N-0884-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0884 VA256-17-N-0884.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3592785&FileName=VA256-17-N-0884-000.docx)
- Record
- SN04548645-W 20170619/170617233117-52ae05da3559e276c4e1191034c2d6f6 (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 |