Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2018 FBO #6147
DOCUMENT

70 -- PATIENT WANDER Intent to Sole Source - Attachment

Notice Date
9/20/2018
 
Notice Type
Attachment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO22-Gilbert Network Contracting;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
36C25818Q9509
 
Archive Date
11/19/2018
 
Point of Contact
Abdalia "Dale" Smith
 
Small Business Set-Aside
N/A
 
Description
Department of Veterans Affairs, Network Contracting Office 22 Gilbert intends to negotiate on a sole source basis [IAW FAR 6.302-1 and 13.106-1(b)] with RF Technologies, LLC, 3125 North 126th Street., Brookfield, WI 53005 as the only responsible source for providing a Wander Management System. The Wander Management System offered from RF Technologies will provide hospital staff with an efficient safety structure utilizing modern technological resources to provide alerts if Veterans come into risk of elopement. The Scope of Work is as follows: Provide a Wander Management System that accomplishes the following: Notification of staff if residents try to leave the unit or wander into restricted areas Quick resident assignment Protection against elopement and loitering Utilizes a discreet and comfortable locking transmitter o Banding is cut band material o Banding material is soft and pliable designed for patient comfort o Guaranteed one-year battery life o Water Resistant transmitters and Banding material Clinical Education is done on site by vendor System must include a maintenance agreement The system must to be integrated onto the VA IT network Project must be turn key project where the contractor is responsible for the complete system to include hardware, software, programming, testing, and user training. Specific Tasks: Task 1. The Contractor will notify VA Police of his/her intent to come on-site before arrival or before remoting into the NMVAHCS campus. Task 2. The Contractor will check-in with the VA Police Department upon arrival, before doing any work NMVAHCS campus. Task 3. Work on the NMVAHCS workstation within coverage hours. Task 4. The Contractor shall respond to service requests that are vital to NMVAHCS' mission immediately. Task 5. The Contractor shall respond to service requests that are not vital to NMVAHCS' mission within 24 hours of notification. Task 6. If the Contractor cannot respond within coverage hours, then he/she will respond as soon as coverage hours have restarted. Task 7. The Contractor shall deliver a hard copy or electronic copy of a Field Service Report that delineates the service performed and confirms quality assurance tests results. Task 8. The Contractor shall not remove any data holding devices off station. All such devices will be turned in to VA Police. Task 9. Records Management Language for Contracts. The following standard items relate to records generated in executing the contract: Task 10. Citations to pertinent laws, codes, and regulations such as 44 U.S.C. chapters 21, 29, 31, and 33; Freedom of Information Act 5 U.S.C. 552; Privacy Act 5. U.S.C. 552a; 36 CFR Part 1222 and Part 1228. Task 10a. The Contractor shall treat all deliverables under the contract as property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Task 10b. The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Task 10c. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Task 10d.. The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract. Task 10e. The Government Agency owns the rights to all data/records produced as part of this contract. Task 10f. The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor must deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data. Task 10g. The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, mode of transmission, or state of completion. Task 10h. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the files and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Task 10i. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Task 10j. The contractor shall be responsible for all phases of the project and each phase shall be subject to VA approval at designated project milestones. This project includes (but not limited to) all compatibility issues, warranties, labor, materials, supplies, equipment, services, training, lighting, communications, security, building management systems floor plan, operation and maintenance manuals, as built drawings, installation, and testing. Performance Monitoring The Nursing Department and Engineering will oversee work done by the Contractor and accept the quality of work as appropriate. Safety Requirements. The Contractor shall present plan to VA COR to ensure that patient and staff safety is the priority and that patient care is not interrupted during any phase of the project. Contractor must also comply with all applicable city, county, state, and federal regulations/codes and OSHA standards that may impact this project. I. AlI work shall also comply with Infection Control Risk Assessment (ICRA) Standards Class and other construction safety requirements as noted in the construction documents. II. No utility service such as water, gas, steam, sewers or electricity, or fire protection systems and communications systems may be interrupted without prior approval of COR. Electrical work shall be accomplished with all affected circuits or equipment de-energized. When an electrical outage cannot be accomplished, work on any energized circuits or equipment shall not commence without the Medical Center Director's prior knowledge and written approval. The vendor shall submit a request to interrupt any such services to COR, in writing, 2 weeks in advance of proposed interruption. Request shall state reason, date, exact time of, and approximate duration of such interruption. Ill. Establish and maintain a dust control program as part of the Contractors infection preventive measures in accordance with the guidelines provided as specified here. Prior to start of work, prepare a plan detailing project-specific dust protection measures, including periodic status reports, and submit to COR for review a minimum of 1 week prior to the start of work at each site. All personnel involved in the installation or renovation activity shall be educated and trained in infection prevention measures established by the medical center. IV. In general, following preventive measures shall be adopted during installation of new equipment to keep down dust and prevent mold. Dampen debris to keep down dust and provide temporary construction partitions in existing structures where directed by COR. Blank off ducts and diffusers to prevent circulation of dust into occupied areas during installation. Do not perform dust producing tasks within occupied areas without the approval of the COR. V. Maintain negative air at all times. A fire retardant polystyrene, 6-mil thick or greater plastic barrier meeting local fire codes may be used where dust control is the only hazard, and an agreement is reached with the COR and Medical Center. VI. Vacuum all transition areas from construction to the occupied medical center at the end of each workday. Vacuum shall utilize HEPA filtration. Maintain surrounding area frequently. Remove debris as they are created. Transport these outside the work area in containers with tightly fitting lids. NOTE: If the vendor can show that the installation of new security equipment and related work will not result in creation of significant dust or other contaminants then some or all of the requirements for dust protection can be deleted or modified as approved by the COR. VII. Any electrical work required for the installation of the new security system must meet the International Building Code (IBC), National Electrical Code (NEC), Underwriters Laboratories, Inc. (UL) and National Fire Protection Association (NFPA) as minimum installation requirement standards. VIII. Minimum size for any conduit installation required for the security system is 3/4". IX. All external junction boxes, flex tubing, and or runs will be insulated and sealed from exposure from elements. X. Mechanical, electrical and associated systems shall be safe, reliable, efficient, durable, easily and safely operable and maintainable, easily and safely accessible, and in compliance with applicable codes as specified. The systems shall be comprised of high quality institutional class and industrial-class products of manufacturers that are experienced specialists in the required product lines. XI. Under no circumstances will medical gas piping, or fire system piping be used for support of any conduit, cable, box or other device as part of this project; medical gas piping includes oxygen, nitrogen, medical air and vacuum lines. XII. For all new penetrations required through fire and or smoke rated walls and floors the vendor shall install metal sleeve conduit during installation of the security project and provide UL or fire stop (HILTl) assembly on either side of joint or penetration. For new floor penetrations extend the sleeve one inch above finished floor and provide UL or fire stop assembly on either side of joint or penetration. Expandable foam will not be used anywhere. Penetrations are not allowed through beams or ribs, but may be installed in concrete beam flanges. Any deviation from these requirements must receive prior approval of the Chief Engineer. Vendor will ensure all wall penetrations are filled with appropriate fire-stop material. Contractor must coordinate inspections of penetrations with VA personnel. XIII. Cutting holes through concrete and masonry by rotary core drill. Pneumatic hammer, impact electric and hand or manual hammer type drill will not be allowed, except as permitted by Chief Engineer where working area space is limited. XIV. Equipment and materials shall be carefully handled, properly stored, and adequately protected to prevent damage before and during installation, in accordance with the manufacturer's recommendations and as approved by the Chief Engineer or his representative. XV. Where the Government determines that the vendor has installed equipment not conveniently accessible for operation and maintenance, equipment shall be removed and reinstalled or remedial action performed as directed at no additional cost to the Government. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). The uptime of the equipment is dependent on the facility's space allocated and utilities, which are provided by the facility. Physical access to the equipment is also dependent on the facility. Packaging, Packing and Shipping Instructions. All parcels and packages shall come through the NMVHACS warehouse to be distributed either through Police and or Engineering to the Contractor him/herself if he/she is on station to receive the package. All parcels and packages will ship overnight. All items furnished shall be free from defects that would adversely affect the performance, maintainability and appearance of individual components and overall assembly. Exercise care in storage and handling of equipment and material to be incorporated in the work. Inspection and Acceptance Criteria. An Attachment G form will be filled out by the COR upon the expiration of the contract to confirm to what degree the service was satisfactory. Risk Control Staff is trained in safe patient handling and infection control procedures. Place of Performance. The work will be performed on 3A, 4D, 5A, 5D, Building 41. Period of Performance One Year
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/36C25818Q9509/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25818Q9509 36C25818Q9509_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4602381&FileName=36C25818Q9509-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4602381&FileName=36C25818Q9509-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05098167-W 20180922/180920231033-165f22cfcf02e8240369f943575636a4 (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.