Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOURCES SOUGHT

H -- Copy of 629-21-1-508-0040 - Management Service

Notice Date
11/19/2020 1:39:04 PM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25621Q0211
 
Response Due
11/24/2020 1:00:00 PM
 
Archive Date
02/22/2021
 
Point of Contact
Michelle D Bocage, Contracting Supervisor, Phone: 504-412-3700 ext 8007
 
E-Mail Address
michelle.bocage@va.gov
(michelle.bocage@va.gov)
 
Awardee
null
 
Description
Infection Surveillance Program Southeast Louisiana Veterans Health Care System 2400 Canal Street New Orleans, LA 70119 10/30/2020 1. PURPOSE 1.1 The overall purpose is to provide and configure infection surveillance software suite at Southeast Louisiana Veterans Health Care System (SLVHCS) for antimicrobial stewardship, infection control, pharmacy and laboratory purposes. The duration of this contract will be for a period of 12 months. 2. SCOPE 2.1 The Contractor shall provide and install all listed software, licensing and training. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, and services required for delivery and installation of the software and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.0 TheraDoc Annual license and interface to Vista for Inpatient and Outpatient Pharmacy Assistant and Infection Control Assistant. It must include interfaces for ADT, Lab, Micro, Surgery, Inpatient Pharmacy, Outpatient Pharmacy, Radiology, and BCMA. 2.5.1 Surveillance software must identify and confirm valid healthcare-associated infections (HAIs) in real time. 2.5.2 Surveillance software must identify trends in infections including organism resistance and infections by location and source. 2.5.3 Surveillance software must facilitate clinical interventions by pharmacy and other hospital staff. 2.5.4 Surveillance software must be able to generate customizable and exportable reports to aid in compliance with Joint Commission and VHA standards. 2.5.5 Surveillance software must allow customizable workflows for different users and use cases. 2.5.6 Surveillance software must generate patient lists based on priorities such as lab results, anticoagulation status, and individual drug usage. 2.5.7 Surveillance software must be able to generate antibiograms. 2.5.8 Surveillance software must track days of therapy and identify potentially inappropriate antibiotic therapies (e.g. bug-drug mismatch). 2.5.9 Surveillance software must automate reporting to state and federal entities. 2.5.10 Surveillance software must be able to generate estimated cost-savings and cost-avoidance through documented interventions. 2.6 CONFIGURATION 2.6.1 Installation will not be required as the software was installed in April 2020. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.2 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Testing and validation of software and interfaces. 4.2 Support and maintenance with 24x7 monitoring support. 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.3 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS 7.1 The Authorization & Accreditation (A&A) requirements do not apply and a Security Accreditation Package is not required. See Attachment 1 for Security Requirements. 7.2 See Attachment 1 (Att_1_PWS_ Security Requirements) for additional requirements. 8. WARRANTY 8.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e81b0b5f5e53461bb71e1de42380f3b3/view)
 
Record
SN05857411-F 20201121/201119230227 (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 |
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.