DOCUMENT
65 -- Polysomnography equipment - Attachment
- Notice Date
- 8/13/2018
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9977
- Response Due
- 8/17/2018
- Archive Date
- 9/1/2018
- Point of Contact
- Alvizar, Edgar
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide an In-lab polysomnography equipment, brand name or equal product, that at a minimum meets the following salient characteristics: Scheduling and Database: HL7 ADT/orders scheduling Polysmith PQ electronic patient questionnaire Manage scanned and electronic files associated with patient Priority and waitlist scheduling Icon coded patient and record status management Single click rescheduling Electronic notes Configurable date blocking Staff schedule management Day view with patient profile and picture Administration and Lab Management: Average time to each record status (recorded to scored, scored to interpreted, and interpreted to report completed) No show statistics Types of studies performed Most frequent diagnostic and billing codes Insurance provider breakdown analysis Percentage of studies turned around and not turned around in 24 hours, 48 hours, 5 days and 10 days Primary care, referring and reading physician synopsis Technician percentages Data Acquisition: Recording interface connectivity with medical center s centralized scheduling to eliminate need for patient information entry to initiate a recording Ability to right click on the patient s name to start a recording. Configurable workspace to allow the user to customize their workspace environment Start a recording with a single click from the calendar Record video prior to starting acquisition Real time AHI and TST indicators Score study during acquisition with split window Capture impedance checks Selectable video and audio quality Auto append Dual screen support Automatic MSLT/MWT timer and recording tool Auto copy files to server or alternative media Scoring and Patient Data: Stage assist scoring Snap Trend Plot Custom Events wizard One-Click editing Configurable keyboard and mouse commands Customizable workspaces SpO2, EtCO2, transcutaneous CO2, and Ph artifact editing Configurable watermarks Status tracking File size management Video clipping and annotation Multiple time bases with Time Guide Channel zoom Physician Interface: 24/7 phone support HL7 Results interface Customizable reports Hyperlink data fields navigate to exact study location Electronic signature Airway Pressure Prescription interface Desaturation analysis which can calculate and report desaturation events in bins of 2%, 3%, 4% and 5% ASV reporting Access electronic document attachments and questionnaires High resolution trend plots Programmable normative data Customizable electronics questionnaires Discrete HL7 results Configurable Trend Snapshot ICSD-3 coding Multi-modality EEG/PSG System: Simultaneous scrolling of live PSG and EEG data in separate montages Separate recording modalities for EEG and PSG Spike and seizure analysis Selectable video and audio quality Photic stimulation Real time quantitative EEG trending Segment PSG studies from long-term monitoring data Compatible with amplifiers ranging from 27 to 256 channels Amplifier: 100 M input impedance IP addressable 25 EEG (full 10-20 montage) Dedicated body position, EOG (2), ECG (3 with reference) and Chin EMG (3) 8 bipolar pair inputs Internal SpO2 Internal mainstream EtCO2 Internal data storage Built-in power isolation 6 DC inputs (expandable to 14 DC channels) IS/IT Features: Citrix compatible Intel i5 7th-generation processor 4GB RAM HL7 ADT/results interface improvements Windows ® 7 compliant Windows server 2008 R2 and 2012 compliant Active directory MSSQL ® database Auto copy copy files to a central location immediately after the study is collected. A backup copy resides on the local computer and is automatically deleted after a user defined period. Remote physician access to live patient recording Brand name Info: Manufacturer: Nihon Kohden Item Description: In-lab polysomnography and home sleep apnea testing with PSG-1100 Amplifier. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to edgar.alvizar@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 17, 2018 at 10:00 a.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9977/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9977 36C26218Q9977.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4538574&FileName=36C26218Q9977-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4538574&FileName=36C26218Q9977-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9977 36C26218Q9977.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4538574&FileName=36C26218Q9977-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;VA Greater Los Angeles Healthcare System
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN05034475-W 20180815/180813231411-3fc01cb8b23999c7f61efdce4b65df86 (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 |