Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2017 FBO #5763
DOCUMENT

65 -- SYNOPSIS TAC-17-46412 Bedside Monitoring and Telemetry System - Attachment

Notice Date
9/1/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Technology Acquisition Center;23 Christopher Way;Eatontown NJ 07724
 
ZIP Code
07724
 
Solicitation Number
VA11817R2538
 
Response Due
9/8/2017
 
Archive Date
12/16/2017
 
Point of Contact
Monica Green
 
E-Mail Address
ct
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs (VA), Technology Acquisition Center (TAC), located at 23 Christopher Way, Eatontown, NJ 07724 intends to enter into a contract on the basis of other than full and open competition to upgrade the existing brand name Spacelabs Healthcare patient monitoring and telemetry system at the Richard L. Roudebush Department of Veterans Affairs Medical Center (RLR VAMC), Indianapolis, IN. The TAC intends to award a sole source, one year, firm-fixed price contract with four option years to Spacelabs Healthcare, LLC 35301 Se Center St, Snoqualmie, Washington, pursuant to authority Federal Acquisition Regulation (FAR) Part 8.405-6(a)(1)(i)(B), Only one source is capable of providing the supplies or services required at the level of quality required because the supplies or services are unique or highly specialized. Spacelabs Healthcare is the Original Equipment Manufacturer of the patient monitoring and telemetry system currently installed at the RLR VAMC and they have are no authorized distributors. Only Spacelabs Healthcare physiologic patient monitoring and telemetry system will meet VA s needs for the remaining upgrades as no other vendor s physiologic patient monitoring and telemetry system can integrate with the Spacelabs Healthcare system; both hardware and infrastructure. Spacelabs Healthcare patient monitoring and telemetry system, to include all system hardware and software, is proprietary in nature. The current telemetry (antennas/receivers) and IT infrastructure is vendor specific and no other patient monitoring and telemetry system is interoperable or compatible with the current telemetry and IT infrastructure. Furthermore, custom Health Level 7 (HL7) interfaces have been developed between the Spacelabs Healthcare system currently in place and the RLR VAMC s Clinical Information System (Clinicomp s Essentris) and Anesthesia Record Keeping System (IMD Soft s MetaVision). These interfaces are vendor specific and would have to rebuild if another patient monitoring and telemetry system, other than Spacelabs Healthcare, is utilized. Finally, maintaining equipment compatibility and operability is required and only Spacelabs Healthcare equipment is interoperable and compatible with the upgraded section of the current patient monitoring and telemetry system. Installation of another brand name physiologic patient monitoring and telemetry system, would require that the entire telemetry and IT infrastructure and upgraded equipment be replaced. Two unique patient monitoring and telemetry systems would need to be maintained while de-install and install activities take place. This would require nursing staff to perform identical clinical interventions on two non-similar systems, which introduces an unnecessary level of risk for mistakes and subsequently adverse patient outcomes. The Spacelabs Healthcare system upgrades to date and the current patient monitoring and telemetry infrastructure would all be rendered useless. The duplication in costs to replace the entire physiologic patient monitoring and telemetry system would not be recovered through competition. Specifically this would result in a duplicated cost of over $1,000,000.00. This estimate is based previous efforts to implement the system. Therefore, only Spacelabs Healthcare equipment will meet the Government s need at this time. Spacelabs Healthcare is the Original Equipment Manufacturer (OEM) for the currently installed patient monitoring and telemetry system and for the proposed equipment upgrade, and has no authorized distributors. As such, they are the only company capable of providing the needed equipment to fully upgrade the current patient monitoring and telemetry system. The North American Industrial Classification (NAICS) for this effort is 339112 with a corresponding business size standard of 1,000 employees. The estimated date of award for this action is September 30, 2017. This notice of intent is not a request for competitive proposals. The Points of Contact (POCs) for this action are Monica Green, Contract Specialist, monica.green@va.gov and Carol Newcomb, Contracting Officer, Carol.Newcomb@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8af10fe458cde9d86e27443e9cd888c3)
 
Document(s)
Attachment
 
File Name: VA118-17-R-2538 VA118-17-R-2538.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3773916&FileName=VA118-17-R-2538-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3773916&FileName=VA118-17-R-2538-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04659236-W 20170903/170901231926-8af10fe458cde9d86e27443e9cd888c3 (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.