DOCUMENT
65 -- Medical Computer Carts on Wheels - Attachment
- Notice Date
- 8/31/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
- ZIP Code
- 89086
- Solicitation Number
- 36C26118Q9601
- Response Due
- 9/6/2018
- Archive Date
- 11/5/2018
- Point of Contact
- Susanne Christen, Susanne.Christen@va.gov
- E-Mail Address
-
susanne.christen@va.gov
(susanne.christen@va.gov)
- 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 U.S. 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 classifications relative to the North American Industry Classification System Code (NAICS) 339113 Surgical Appliance and Supplies Manufacturing with a size standard of 750 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 synopsis, 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 21 Network Contracting Office (NCO), is seeking sources that can provide Brand Name or Equal items for a Medical Computer Carts on Wheels. Brand Name or Equal Items, must at minimum, meet the following salient characteristics: 1. General Characteristics All items must be compatible and work seamlessly together All items must be designed for industrial use Must include an on-board dedicated computer with minimum 7, high resolution, color touchscreen LCD and wifi Must have a motorized work surface height adjustment with user presets, automatic height adjustment, and collision detection feature Must have a monitor mount with motorized height adjustment with user presets, automatic height adjustment, and collision detection feature Monitor mount must include a tilt, swivel, and rotation options The work surface area must be a minimum of 17 W x 14.3 D) and have a translucent protective cover Must include a large, fan cooled, electronic locking PC compartment (minimum dimensions: 17.1'W x 12.5'D x 3.2'H) Must have four (4) 5' premium casters with 2 locking casters on front Must have ergonomic, adjustable push handles w/ soft-touch grip on front of cart and wrap around handle on sides and rear Must have a slide-out keyboard tray with 15 degree or more negative tilt feature and integral wrist rest and auto-leveling ergonomic keyboard tray Max keyboard dimensions of 18.2' W x 7.5' D x 1.6' H Must have a mouse surface and mouse pouch on left or right side of keyboard Must have integral AC power distribution with at least 6 AC receptacles for powering customer equipment Must have universal accessory mounting locations on rear of cart and on monitor mount Must have a cable management area with easy access panels to manage and house excess cables Must have an 8ft (+/- 3 inches) coiled power cord with hospital-grade AC plug and dual integrated hooks Must include a 4-port (or more) USB Hub Must deter anti-microbial agents in touch surfaces to help reduce the spread of certain types of bacteria Must include a tool-less, snap on, battery cover Privacy monitor must be a 24 diagonal or the correct size for the monitor and have 1920x1080 resolution Must have a dual RP-SMA antenna mount with a mounting bracket and two RP-SMA receptacles Must include two RP-SMA extension cables routed into the PC Cavity if needed for proper operation of equipment Must include a cradle mount, rear monitor arm Must be able to fit wipes in container Must include a barcode scanner mount kit for universal wireless or tethered ccanners, and be able to support the following: Honeywell 1902, Motorola DS6878HC-FIPS, Code 2500 wireless handle mount (original and new version), Code 2600 (may limit LCD swivel range), Datalogic GBT4100 & GBT4400, and Intermec SG20 Keyboard must be a full size keyboard, USB (including interface), anti-microbial, washable, and must fit on keyboard tray. Mouse must be optical, waterproof, and antimicrobial E-Sign Pad: must be a 1x5 (HID USB) electronic signature pad Card Reader must be a USB (ROM) VA PIV Reader Tethered BCMA scanner must include: a scanner, USB cable (if needed for proper operation), and BCMA plug-n-play plastic configuration card Must be a four-tier electronic locking storage cabinet Must provide configurable, secure storage Storage cabinet must be designed for use and installation onto the cart frame and below the keyboard drawer Configuration must be easily removable and changeable between single-tier and multi-tier cassettes (flexible storage configuration capable to be customized to fit different workflows) Must have a minimum setup of two (2) patient bins, minimum 6 W x 2.25 H x 11 D per row (8 in total) Must include interlocking dividers Must include a storage alarm ajar lighting and sensing Color scheme must be whit/gray 2. Medication Drawer Characteristics Minimum four-tier capability Electronic locking storage Configurable secure storage (Can open based on selection of Row/Column #s or Open all at once) Must be able to be open by key in case of emergency Drawer Configuration is adjustable/removeable as required Steering Assist Technology Rear casters allowed to act as pivot points easing and stabilizing the navigation around corners and other changes in direction. Cart Lighting Characteristics Each light is equipped with one touch On/Off located on the LCD touchscreen. All four lights can be placed on a 1-30 minute timer mode to automatically turn off. Lights must be in the following areas: Worksurface Lamp LED light with adjustable brightness Keyboard Light LED light with adjustable brightness Path Light LED light with adjustable brightness Medication Drawers Lighting LED on Front and Top of Medication Drawers (turns on when opening drawers) 3. Battery Characteristics 512 Whr (40 ah) Lithium Iron Phosphate Power System Rechargeable for powering at minimum 150W (150VA) 20A Charger 120VAC true sine output Minimum 85% High Output Efficiency Reusable Air Filter Fast Charging (Minimum 100% in 2.5 hours) Maximum 14lbs Weight 4. Warranty Characteristics Minimum Standard Warranty: 3 Year Mechanical Components 3 Year Electrical Components 3 Years on Lithium Battery 3 Years on Battery Performance 5. Monitoring/Medication/Power Controls TRM approved web based tools and windows applications that allow for remote monitoring and management of the carts Provide an on-screen battery that provides direct access to power supply data Medication Drawer access permissions and configurations - Direct Access to local medication drawer cabinets, cart settings, audit reports, and drawer calibration. 6. Computer Must be compatible with Windows 7 and 10 operating systems At minimum, must include 16GB of RAM, 2400MHZ DDR4 memory Must include an Intel Core i7-6700T or equal processor with QC/8MB/8T/2.8GHz/35W At minimum, hard drive must have 500GB, 2.5inches (7200Rpm) Must be TRM Compliant and VA OI&T image capable 7. Training/Service: On-Site setup and integration of carts Minimum 4 business days (Must cover Day and Night Shift) In-Service Training and Technical Training The following list of items and quantities are provided to facilitate pricing information only: 1. Howard Hi-Care medical cart or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: BASE110 60 EA 2. PowerMax 150 battery or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: POWER075 60 EA 3. HI-Care E/X Four-Tier Advanced Electronic Locking Storage Cabinet or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDME2A_0000 60 EA 4. Four-Tier Electronic Locking Storage Cabinet Row 1 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM2000 60 EA 5. Four-Tier Electronic Locking Storage Cabinet Row 2 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM0200 60 EA 6. Four-Tier Electronic Locking Storage Cabinet Row 3 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM0020 60 EA 7. Four-Tier Electronic Locking Storage Cabinet Row 4 or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: 4TEDM0002 60 EA 8. Dual RP-SMA Antenna Mount or equal item Manufacturer: Howard Med Technology Solutions Manufacturer s part number: WIRELESS007 60 EA 9. Kit (includes 1 EA tie down strap, 2 EA movable anchors, 4 EA adhesive backed rubber feet, 6 EA cable ties, and cable markers and labels) 60 EA 10. Keyboard 60 EA 11. Mouse 60 EA 12. Privacy Monitor 60 EA 13. Tethered Scanner 60 EA 14. E-Sign Pad 60 EA 15. Card Reader 60 EA 16. Dell OptiPlex 7050 MFF Computer or equal item Manufacturer: Dell Brand: OptiPlex 7000 Series Manufacturer s part number: 7050 MFF 17. Pro Service or equal item Manufacturer s part number: PRO SERVICE 1 EA Turnkey installation and integration of all equipment and software will be required. Shipping will be F.O.B. Destination. 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/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, 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: 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.). Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? 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? 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. 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? Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Susanne.Christen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than September 6, 2018 at 1 p.m. Eastern Standard Time (EST). 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 RFI. 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/notices/36fc3ef477e2afeb59c7e9fbf6eeb419)
- Document(s)
- Attachment
- File Name: 36C26118Q9601 36C26118Q9601.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4574225&FileName=36C26118Q9601-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4574225&FileName=36C26118Q9601-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26118Q9601 36C26118Q9601.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4574225&FileName=36C26118Q9601-000.docx)
- Place of Performance
- Address: VA Southern Nevada Healthcare System;6900 North Pecos Road;North Las Vegas, NV
- Zip Code: 89086
- Zip Code: 89086
- Record
- SN05066534-W 20180902/180831230907-36fc3ef477e2afeb59c7e9fbf6eeb419 (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 |