Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2017 FBO #5698
DOCUMENT

65 -- EMG MACHINE - Attachment

Notice Date
6/28/2017
 
Notice Type
Attachment
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;NETWORK 23 CONTRACTING OFFICE;708 S. Third St., Suite 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26317R0854
 
Archive Date
8/27/2017
 
Point of Contact
Daniel Reinke
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. This is not a solicitation announcement. The purpose of this announcement is to gain knowledge of current market conditions relative to NAICS 423450. The Department of Veterans Affairs (DVA), Network Contracting Office 23 (NCO 23), on behalf of St. Cloud VA Health Care System (STCACHS), St. Cloud, MN is seeking to identify any vendor capable of to provide an EMG machine. Background: Prior to issuing a solicitation, and pursuant to the Veterans First Contracting Program, the VA is trying to ascertain if there are any qualified Service Disabled Veteran Owned Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) with the capability of providing the below services: (Respondents are not limited to SDVOSB/VOSB concerns; the Government seeks to identify all potentially interested sources): 1) Scope of Work: The contractor will furnish all labor, parts, and materials to provide and install an Electromyography (EMG) Systems including software upgrades, peripherals, licensing requirements, customer training, shipping and handling. The system will be fully installed and operational in performing EMG, Nerve Conduction Studies (NCS), electrophysicology (EP), and Intraoperative Monitoring (IOM) in the Specialty section and Extended Care, St. Cloud VA Health Care System, St. Cloud, MN. 2) Salient Characteristics a) The EMG system must be DICOM compliant and able integrate and archive data to the existing VISTA/CPRS Hospital Information System/Electronic Medical Record. b) The equipment must operate on 120Vac Line current. c) The software components must employ a robust and flexible SQL Server database, if applicable. d) The database server must ensure reliability and easy collaboration between multiple users while also accommodating full customization capabilities to fit various clinical configurations, if applicable. e) The system must have a bi-directional HL-7 interface to VA Vista Imaging Electronic Medical Record (EMR). EMG System a) Windows 7 (OS) based desktop w/ MS-Office, Cart, Monitor Arm and Isobox b) Viking EDX base unit or comparable stimulator configuration and channel capacity c) (2) channel simultaneous electrical stimulators d) System must include base EMG software, nerve conduction study (NCS) capable, conduction producer module, report generator software, test configuration wizard, report auto-summary software and one-button PDF transfer to EMR. e) EMG software must include spontaneous activity, single motor unit potential analysis, maximum volitional activity, interface pattern analysis, turns and amplitudes and LivePlay. f) Reference Help must be included and display pictures and values. g) Single foot switch h) Workstation license and certified customer on-site training must be included. i) Flexible surface temperature probe 3) Technical Specifications EMG System a) 2-channel simultaneous electrical stimulators b) North American power cord kit c) LCD monitor w/ speakers d) Laser printer w/ USB cable e) Single foot switch f) AT2 amplifier with 2 channels including at least 2.5 m cable g) NCS software including: 1. Motor 2. Sensory nerve conduction 3. Combined MNC/SNC, F-wave, H-wave 4. Blink reflex 5. Repetitive stimulation 6. Inching studies, 7. Anomalous innervation 8. Sympathetic skin response (GSR/SSR) 9. Carpal tunnel sensory index (CSI) 4) Information Security a) The contractor shall not connect any storage device into a VHA owned equipment that is connected to the network without getting the device scanned by a VA approved computer with appropriate virus detection software. b) The Certification & Accreditation requirements do not apply, and a Security Accreditation Package is not required: c) VHA Biomedical Engineering Support Specialist personnel will ensure no patient data is removed from the facility by the vendor by maintaining a physical presence during the work. d) LAN/WAN connectivity required to enable patient data transfer over Picture Archiving Communication System (PACS). e) EMG must have full clinical operating capability without connecting to the internet. f) Remote access for support and maintenance will be considered for acceptance if the vendor can submit their existing Site-to-Site agreement or executes a One-VA VPN Agreement to obtain remote access. 5) Warranty Requirements a) Complete, certified installation of EMG systems b) Operator manuals for system c) One year parts and labor warranty. d) Provide service manual to include parts list and troubleshooting information. 6) Contractor Qualifications a) Contractor will have certified manufacturer trained staff to provide training and complete installation and warranty. Responses to these sources sought must include the following information. 1. General Information of your company name, address, contact person name, phone number, fax number, e-mail address(s) and DUNS number and company website if available. 2. Socio-economic status of business (i.e. SDVOSB/VOSB) Responses to this market survey shall be e-mailed to the attention of Daniel Reinke, at fax number daniel.reinke@va.gov. No telephone responses will be accepted. Responses must be received no later than 3:30PM CDT July 4, 2017. No solicitation document is available at this time; this notice is to acquire information only. Vendors interested in providing an offer will have to respond to a solicitation announcement that shall be published separately.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26317R0854/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-17-R-0854 VA263-17-R-0854.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3621797&FileName=VA263-17-R-0854-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3621797&FileName=VA263-17-R-0854-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04560814-W 20170630/170628234650-4c2e815963fcf69b2c3d6f74e400079d (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.