Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2018 FBO #6018
SOURCES SOUGHT

65 -- Patient Vital Signs Monitoring System(s)

Notice Date
5/14/2018
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025918R0007
 
Archive Date
6/13/2018
 
Point of Contact
Robert M. Salomon, Phone: 6195328108
 
E-Mail Address
robert.m.salomon2.civ@mail.mil
(robert.m.salomon2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Supplies/Services Patient Vital Signs Monitoring System(s) at Naval Medical Center San Diego (NMCSD) DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. This RFI is a request for interested parties to describe their product, technical capabilities, and delivery as well as demonstrated tools and processes. All information received in response to this RFI marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned and Respondents will not be notified of the result of the review. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NMCSD in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 334510 (Surgical Appliance and Supplies Manufacturing) with the Small Business Size Standard of 1,250 employees. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns. INTRODUCTION The NMCSD Material Management Department is tasked with conducting market research for Patient Vital Sign Monitors, and any accompanying software, to be used in the hospital's Emergency Department, Main Operating room, MedSurge Wards, Post Anesthesia Care Unit, Intensive Care Unit (ICU) and Critical Care Unit (CCU) and any clinic requiring the monitoring of patient vital signs. Using Government provided space, potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members. BACKGROUND Respondents should identify their product capabilities that would help fulfill the current specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids. The description below outlines the minimum requirements for Patient Vital sings monitoring at NMCSD. REQUIREMENTS NOTE: This RFI is only soliciting information on patient vital signs systems that are able to meet the requirements below. The Government requests patient vital sign systems with the following minimum specifications: 1. All systems must be compatible with Genesis and Cerner 2. Wall mounted monitors with the following measurements a. Heart Rate (HR) b. Electrocardiograph (ECG) Rhythm and analysis i. Pacer detection ii. 12 lead ECG iii. ST segment analysis and history c. Six (6) waveform display to include: i. Blood Pressure (BP) (Non-Invasive) ii. BP (Invasive) iii. Pulse Oximetry (SpO2) (Multiple Simultaneously) iv. End-Title Carbon Dioxide (ETCO2) v. Pulmonary Artery Pressure (PA) vi. Central Venous Pressure (CVP) vii. Intracranial Pressure (ICP) viii. Pulmonary Wedge Capillary Pressure (PWCP) ix. Mixed Venous Saturation(SvO2) x. Mean Arterial Pressure (MAP) xi. Respiratory Rate (RR) xii. Bispectral Index (BIS) xiii. Neuromuscular blockade (twitch) monitoring d. Two (2) Sources of invasive/non-invasive temperature monitor 3. Central monitoring station with the following capabilities: a. Ability to monitor patients vital signs from multiple locations b. Ability to review patient event log c. Ability to print ECG rhythm strips d. Patient data trending with predictive analysis e. The ability to graphically displaying apnea, bradycardia and desaturation events over prior 12 hours with the ability to review specific event(s) f. Ability to review loss of signal/poor signal quality with a time stamp 4. Transport monitors with the following capabilities a. Light weight <20lbs b. Battery life >2 hours c. Touch screen display capable of displaying any two (2) the following waveforms: i. HR ii. ECG Rhythm iii. BP (Non-Invasive) iv. BP (Invasive) v. SpO2 vi. ETCO2 vii. RR d. Ability to transfer patient data between monitors seamlessly 5. Automated vital sign biosensors a. Patient wearable and wireless, allowing for freedom of movement b. Single patient use biosensor c. Capability to work with clinical information systems and encrypt data d. Measure Patient Vital Signs: Skin Temperature, HR, BP, RR, SpO2, Accelerometer/Fall detection e. Local unrestricted access to patient data and ability to use data for predictive analytics. 6. Wireless wearable telemetry boxes a. Able to transmit data to central monitoring from anywhere on campus b. Ability to read patients ECG from monitor 7. Fetal heart monitors with the following capabilities a. HR (Mother and Fetus) b. BP c. SpO2 (Multiple) d. Cardiotocography (TOCO) e. Intrauterine Pressure Catheter (IUPC) f. Ultrasonic Heartrate Monitoring g. Portability h. Ability to monitor two (2) fetuses simultaneously 8. Ability to easily adjust alarm parameters, set alarm parameter profiles by patient care area, and two alarm settings (soft and hard). DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as they relate to the potential requirements. Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. All questions regarding this RFI shall be submitted ONLY by email to the Contract Specialist at robert.m.salomon2.civ@mail.mil Questions must be received by 5:00pm PST by 05/18/2018. HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics; 2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment; 3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI; 4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 5:00PM (PST) May 29, 2018. No mailing responses will be accepted. All Questions must be submitted via email prior to close of business May 18, 2018. Answers will be posted as a separate attachment on May 23, 2018. Finally, please indicate if the Vendor is a small business under the subject NAICS. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Robert M. Salomon robert.m.salomon2.civ@mail.mil ________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918R0007/listing.html)
 
Place of Performance
Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04921891-W 20180516/180514230925-1fde31ff7ca24e87ab3cbb6744eef30d (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.