DOCUMENT
65 -- INDY Patient Monitoring Equipment - Attachment
- Notice Date
- 9/5/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ann Arbor Healthcare System;Network Contracting Office 10;2215 Fuller Road;Ann Arbor MI 48105
- ZIP Code
- 48105
- Solicitation Number
- 36C25018Q9851
- Response Due
- 9/10/2018
- Archive Date
- 10/10/2018
- Point of Contact
- Chuck Lakin
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- The Department of Veterans Affairs, Network Contracting Office 10, 24 Frank Lloyd Wright Drive, Lobby M, Suite 2200, Ann Arbor, MI 48105, intends to solicit offers for a patient monitoring system with: system monitoring software license, at least 2ea. fixed and 8ea mobile system wireless carts to be delivered FOB Destination to the Richard L. Roudebush VA Medical Center, 1481 West 10th St., Indianapolis, IN 46202 within 120 days ARO. Delivery, set up and installation of system infrastructure on site by the contractor is required. All new equipment is required. A one year warranty is required. On site clinicalThis is a 100% SDVOSB set-aside that will be conducted using FAR part 13 procedures. NAICS code: 339112, small business size standard is 1000 employees. The basis of award will be LPTA. The solicitation will be made available on or about 9/5/2018. The contract requirements are anticipated to be: Background. The procurement of this equipment is intended to offer a more cost effective and safer observation and communication solution to the sitter needs throughout the VA Medical Center. The tele-sitter solution can solve the sitter demand and return Nursing Assistant s to the floor for patient care needs. The intent of this contract is for the Richard L. Roudebush (RLR) VA Medical Center (VAMC) to procure a patient monitoring system monitoring License and 2 fixed and 8 mobile system wireless carts that will provide a more cost effective and safer observation and communication solution to sitter needs throughout the VAMC. Scope: The contractor shall perform the tasks and responsibilities in relation to the provision, installation, integration, and implementation of a remotely operated camera system with centralized audio and visual observation capability Patient Monitoring System in the inpatient areas of the RLR VAMC. Installation and implementation of a standardized turn-key system to monitor selected high fall risk patients to aid in the reduction of falls and patient injuries is required. The Contractor shall provide all necessary tools, equipment/hardware, software, licenses, installation, maintenance, warranty and training in accordance with this SOW. Specific Tasks. The contractor shall provide the patient monitoring system, discretely placed in patient rooms and accessed from a central observation and communications station through built-in two-way audio channels. The following are requirements that shall be included and meet to be considered for award: Provide a cost effective and safer observation and communication solution to the sitter needs throughout the Medical Center Optimize resource allocation Evaluation Tele-Sitter technology for patients that require constant supervision Offer solution to reduce fall rates in patients Increase patient / family satisfaction with monitoring ability Have night vision that allows observation of patient when lights are off in the room 360 degree Camera rotation Zoom capability Customized programs Provide assistance with policy and procedures Data reporting capabilities of hours, location, purpose, and interaction of monitoring Pre-recorded messages for patients in Spanish Wired Ethernet connections Offer digital two-way audio communication with patient from the centralized monitoring station Portable cart that allows movement anywhere in Medical Center Ability for the watcher to sound an audible alert in the patient room alerting staff of an urgent situation Price shall include installation services which include the project planning, engineering and management, travel cost and time, server setup, cart assembly and prep, cart initialization and test verification, observer station setup and BioMed/IT training. Price shall include the clinical training services which include the project planning and management, travel cost and time, observer station training, department manager training, global manager training, department floor awareness training, Go-Live support and two follow-up training days within 180 days. Price shall include the system project management which includes a dedicated Project Manager to coordinate tasks, resources and timelines for the technical implementation, clinical policeies and procedures, training and Go-Live. Price will include 24 X 7 Support for one year from Go-Live date 5. Performance Monitoring: Not Applicable once procured and delivered, contact will be completed no monitoring required. 6. Security Requirements: The C&A requirements do not apply and a Security Accreditation Package is not required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE/GFI is needed or required for this contract. 8. Other Pertinent Information or Special Considerations. None at this time a. Identification of Possible Follow-on Work: None at this time. b. Identification of Potential Conflicts of Interest (COI): None at this time. c. Identification of Non-Disclosure Requirements. None at this time d. Packaging, Packing and Shipping Instructions. Equipment will be shipped to warehouse. Once received, equipment will be inspected and installed. e. Inspection and Acceptance Criteria. Once equipment is received it shall to be installed by company and inspected by Bio-Med and Electrical Shop. Once all of this is completed, CO will be notified so acceptance. 9. Risk Control: None at this time. 10. Place of Performance. Equipment shall be placed in VA Medical Center nursing units performance of this contract will be receiving equipment through the one-year warranty. 11. Period of Performance. Once equipment is installed and has gone live through one-year warranty period. 12. Equipment: All equipment shall be new, state of the art, and not recertified nor refurbished. All equipment shall be compliant with current VA requirements for allowable operating system platforms. The bedside camera, speaker and stand shall permit two-way audio-visual communication with patient remotely monitor a wide variety of parameters, as appropriate including the capability to display patient movement and activity including those interfering with medical care such as: pulling at lines and getting out of bed. Common utilization includes the inpatient acute care areas. Portable Carts: Shall be portable on wheels for easy maneuvering/transport to/from patient room Shall have locking wheel brakes Shall be constructed of primarily metal parts, able to be easily disinfected using current facility disinfecting/cleaning agents (Cavicide, Clorox Hospital Cleaner, Oxivir) Shall offer power optional battery and standard wall electrical outlet operation located on the stand Shall have removable camera for replacement or repair Shall have integrated audio and speaker system that allows for remote technician/monitor tech to communicate with patient Shall have integrated audio and speaker system that allows for observed patient communication with remote technician/monitor tech Shall have camera that offers optional stand or independent use Shall have locking mechanism on camera/stand to prevent camera theft Shall weigh less than 51 pounds (NIOSH safe materials lifting recommendation) Central Monitoring Station: Shall have clear screen resolution with minimum 720p Shall have monitors with minimum viewing area of 60 degrees Shall have monitor capable of divided screens for simultaneous observation of multiple patients, up to 4-6/screen Shall have integrated audio and speaker capability to interact with patient Shall have ability to quickly reach nursing staff for any safety issues Shall allow for remote monitoring Shall communicate through existing wireless network system Shall successfully remotely operate installed/located in an enclosed room for privacy 13. Industry Standards: All equipment shall be kept updated to current industry standards for such equipment as are present within the current market for a centralized audio and visual observation capability Patient Monitoring System equipment, supplies, and related services. 14.Installation/Site Preparation: Site preparation specifications must be furnished in writing by the Contractor as a Site Preparation Report after award of the delivery/task order. The Contractor shall provide coordinated professional installation and implementation project management services to implement the system specified in the SOW in facility wide cable pull. The Contractor shall provide a firm estimate of working days required from date of delivery order to go-live based upon the SOW. The initial installation site report must be provided to the CO no later than one week after the initial post award conference and all other site reports must be provided at least forty-five (45) days before installation. Contractor shall visit the site and propose the location of equipment and determine all specific site prep requirements. 15. Clinical Training: Staff training at installation and upon request. 16. Patient Information Privacy and Protection In accordance with Appendix A, Handbook 6500.6 Checklist blocks 7, the C&A requirements do apply to this requirement, and Security Accreditation Package is required. The nature of this requirement is technical, in reference to no 7; there is no information to be protected because vendor will not need to access PHI. The period of performance will be 120 days after receipt of award. The patient monitoring system shall run completely independent of EMR and nurse call, it shall not interface with EMR in any way. The system shall not record audio and it shall not record video, and there shall be no backdoor ways to enable this functionality. One Windows PC shall be able to monitor up to 16 patient monitoring carts at the same time, 10 units are anticipated to be monitored by the monitor technician. One server software license shall be capable of handling a maximum of 50 patient monitoring devices. Patient first name, unit name, and room number will be entered into monitor station software but software DOES NOT interface with EMR. Data is stored on server software as long as is needed determined by nursing team and IT personnel. All data is stored with VA network. Contractor shall access software/hardware only as needed to troubleshoot/resolve technical issues, access will be granted/monitored by VA IT personnel. Device personnel do not need access to PHI. VA IT/BioMed personnel will administer system as needed. Camera and audio will be live feed only no storage of images Supply signage to state surveillance in progress 17. Delivery Schedule. 120 Days ARO. No solicitation is available at this time. ***No response to this special notice is necessary*** For information about this solicitation, e-mail Chuck Lakin, Contracting Officer, at Charles.Lakin2@va.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAAAHCS506/VAAAHCS506/36C25018Q9851/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q9851 36C25018Q9851_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578109&FileName=36C25018Q9851-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578109&FileName=36C25018Q9851-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q9851 36C25018Q9851_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578109&FileName=36C25018Q9851-000.docx)
- Place of Performance
- Address: Department of Veterans Affairs;Richard L. Roudebush VAMC;1481 West 10th St.;Indianapolis, IN
- Zip Code: 46202
- Zip Code: 46202
- Record
- SN05072714-W 20180907/180905230944-e5c5c232e4d7384f24837075f339df30 (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 |