SOURCES SOUGHT
H -- Sources Sought for Maryland VA HealthCare System Sterile Processing Inventory and Workflow Management Solution
- Notice Date
- 1/22/2020 8:12:57 AM
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24520Q0151
- Response Due
- 1/30/2020 8:59:59 PM
- Archive Date
- 02/29/2020
- Point of Contact
- jameel.gordon@va.gov
- E-Mail Address
-
jameel.gordon@va.gov
(jameel.gordon@va.gov)
- Awardee
- null
- Description
- VETERANS AFFAIRS MEDICAL CENTER, BALTIMORE, MD GENERAL INFORMATION FOLLOWED BY A TENTATIVE STATEMENT OF WORK NOTICE: This is not a solicitation but rather a Request for Information (RFI) (Sources Sought) to determine capability of potential sources and is for information and planning purposes only. Veterans Health Affairs, Network Contracting Office 5, is issuing this request for information/sources sought notice in order to identify capable firms to perform inventory services for the Perry Point and Baltimore VA Medical Center. Responses must be submitted by Midnight EST January 30, 2020. Submit responses to the information requested above via email to jameel.gordon@va.gov. All SDVOSB and VOSB firms that respond shall include proof of CVE certification via www.vip.vetbiz.gov. All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB contractors are preferred, all capable contractors are welcome to respond to this sources sought notice for market research purposes and shall include as part of their response a brief capability statement that covers the information in the following tentative statement of work. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS 511210 and PSC H170 Open to suggestions from the market for a more appropriate NAICS or PSC and/or revisions to the SOW Tentative/Sample Statement of Work: Sterile Processing Inventory and Workflow Management Solution Overview: Tracking enhances the ability of VA to ensure patient and staff safety by providing reasonable assurance that instruments have been processed in accordance with regulatory guidelines and individual instrument manufacturer s Instructions for Use (IFU) for reusable medical equipment (RME) and dental/medical-surgical instrumentation. Objective The Sterile Processing Inventory and Workflow Management Solution shall establish a solid foundation of enterprise-wide compliance with generally accepted recommendations from the World Health Organization (WHO), Centers for Disease Control and Prevention (CDC), Association of perioperative Registered Nurses (AORN), The Joint Commission (TJC), International Organization for Standardization (ISO), International Association of Healthcare Central Service Materiel Management (IAHCSMM), Association for the Advancement of Medical Instrumentation (AAMI), and applicable VA Directives and Handbooks. Section 1: SCOPE The Sterile Processing Inventory and Workflow Management Solution shall record the location, time stamp, and the status of a device/instrument/surgical container (set), etc. as it goes through the Sterile Processing System (SPS) reprocessing workflow. Locations to be scanned include, but may not be limited to Decontamination, Assembly and Preparation, Sterilization, Quality Assurance (QA), and Storage areas. Within these locations, there will be at least one scan point where work instructions are needed, a work step needs to be recorded, and/or a location update is required. Facility processes, number of stations, physical layout, and the complexity of the workflow in a facility may increase the number of scan points in each area. This is a renewal subscription for FY20. In addition to this renewal, Censis will provide a cloud server. We also included additional subscription service - Clinical assessment Based On-Site Visit. Censis will come to Perry Point and Baltimore to assess SPS functionality with the Censis software. They will provide additional training based on their assessment. Section 3: 3.1 REQUIREMENTS 3.2 Security The C&A Requirements do not apply to this procurement; thus, a Security Accreditation Package is not required.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/944dda4f33f34872a853a0a9243ef31d/view)
- Place of Performance
- Address: Baltimore VA Medical Center
- Record
- SN05540895-F 20200124/200122230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |