SOURCES SOUGHT
66 -- Temptrak Temperature Monitoring System
- Notice Date
- 12/18/2020 9:00:33 AM
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- 242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
- ZIP Code
- 12208
- Solicitation Number
- 36C24221Q0333
- Response Due
- 1/11/2021 8:00:00 AM
- Archive Date
- 01/16/2021
- Point of Contact
- Wilmen.Joa@va.gov, Wilmen Joa, Phone: 757-315-3983
- E-Mail Address
-
wilmen.joa@va.gov
(wilmen.joa@va.gov)
- Awardee
- null
- Description
- This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualifications relative to the North American Industry Classification Code (NAICS) 334513. The Department of Veteran s Affairs is seeking small business manufacturer or distributors of small business manufacturers, of functionally Brand-Name equipment to all the following: Temptrak Temperature Monitoring System and accessories Temperature, Humidity and Pressure (THP) Monitoring System Part Number Description Hardware & Software 10000-5-P-US Base Station - Buffer and Receiver 10050-US Signal Repeater 10110 Waterproof Enclosure for 900 MHz Transmitter 10184 Armored Lab / Cryogenic RTD Probe Shield 10400 TempTrak Enterprise Software License & Remote Installation Transmitters & Probes 10071 Internal Temperature + Relative Humidity Transmitter 10113-032 NIST Traceable Solid Simulator Probe - 6' 10080-DT-032 NIST Traceable Internal/External Temperature Transmitter 10113 Solid Simulator Probe - 6' 10080-DT Internal/External Temperature Transmitter 10071-032 NIST Traceable Internal Temperature + Relative Humididty Transmiter 10113-30 Solid Simulator Probe - 30' 10080-10140-DW Dishwasher Temperature Transmitter Kit 10113-15-032 NIST Traceable Solid Simulator Probe - 15' 10113-15 Solid Simulator Probe - 15' 10134-032 NIST Traceable Armored Lab / Cryogenic RTD Probe - 10' 10114 Solid 5ml Vial Simulator Probe - 6' 2020-032 NIST Traceable Liquid Submersible Probe - 4' 10113-30-032 NIST Traceable Solid Simulator Probe - 30' 10117 Low temperature (to -57C) Solid Simulator Probe 10171 High Temperature/Dishwasher Probe 10170 Low/Ultra-Low Temperature Probe 10170-032 NIST Traceable Low/Ultra-Low Temperature Probe 10113-50 Solid Simulator Probe - 50' 10100-DT Open/Close Contact Transmitter 10086 Analog Input Transmitter Required Services (Installation & Implementation) 10732-B Basic Remote Training FCS-SERVICES FCS-Services - Enterprise Design & Implementation Services 10727-NC NEW CUSTOMER - On-Site Departmental Configuration Assistance and Training (Per Day) 10722-P1-6 I-Care 24/7 Remote Support - Platinum Package - 1 Year Option - ($401k+ Total System Value) 10610 Installation SCOPE: The Department of Veterans Affairs, James J. Peters (JJP) VA Medical Center, Bronx VAMC requires Temptrak Temperature Monitoring System and accessories for temperature, humidity, and pressure monitoring sensors. This contract encompasses installation, verification and testing as well as annual calibration. This system encompasses transmitters, temperature/humidity probes and Ultra-low temperature probes located throughout the Medical Center and community-based outpatient clinics (CBOCs). REQUIREMENTS: The following digital data logger (DDL) requirements are in accordance with VHA Notice 2020-02 requirements: A detachable probe that best reflects vaccine temperatures (e.g., a probe buffered with glycol, glass beads, sand, or Teflon®). Alarm for out-of-range temperatures. Low-battery indicator. Current, minimum, and maximum temperature display. Recommended uncertainty of +/-0.5 degrees Celsius. Logging interval (or reading rate) that can be programmed by the user to measure and record temperatures no less frequently than every 30 minutes. Ability to trigger electronic alerts for temperature excursions. A current and valid Certificate of Calibration Testing. ADDITIONAL REQUIREMENTS: All sensors shall be in accordance with the following VHA Dir 1108.07, Pharmacy General Requirements ISO 17025 Testing and Calibration Laboratories National Institute of Standards and Technology (NIST) USP 797 USP 800 Negative pressure between 0.01 and 0.03 inches of water column relatives to adjacent areas per USP 800. The range for negative pressure is -0.01 to -0.03 and for positive pressure it is +0.02 to 1.1 mmHg. The approved vendor shall furnish all tools, parts, materials, test equipment, personnel and software to accomplish all task items associated with the procurement package which encompasses temperature, humidity, and pressure monitoring devices, installation, technical support, calibration, on-site and web-based training, upgrades and builds. Salient Product Characteristics: a. Quantity 1 EA of Temperature, Humidity, and Pressure System i. System must be a remote wireless monitoring system that allows 24/7 remote monitoring. ii. The software must monitor against preset conditions that are defined by the user and can additionally provide alerts through more than one method. iii. System must provide instant alert notifications that require acknowledgement as well as corrective actions. iv. The software must include three alert types: Sensor Alarm, Battery Alarm, and Communication Alarm. v. Data should be stored in a Microsoft Structured Query Language (SQL) Server database. vi. Transmitter information recorded to the database is time-stamped and cannot be altered through the user interface. b. This system supports and monitors all refrigerators, freezers and warmers for the facility to ensure that medications, lab specimens and food are maintained at proper temperature. c. Contractor shall be responsible for managing the system and making necessary changes. d. Contractor to provide all equipment, transportation, labor, and licenses to install monitoring system. e. Contractor under this agreement shall provide onsite calibration services for the temperature monitoring probes for the Facility. f. Contractor should include all designs and full implementation of the system. Additional Salient Product Characteristics: 1. Refrigerator and Freezer Probes include a calibration port which allows for ISO 17025 and NIST traceable calibration to be performed on-site. 2. Three (3) year transmitter battery life Salient characteristics of On-site calibrations: 1. For sensors requiring calibration certification, the calibration process is compliant to ISO/IEC Standard 17025:2005 and is traceable through NIST or other National Standards Institutes when performed by certified technicians. This is available for both temperature as well as temp/humidity monitoring. 2. Calibration of probe and transmitter in tandem in-situ to be calibrated together as one system. Unique process allows recalibration of each solid simulator probe and transmitter monitoring device in tandem and in-situ (while in position). This is done with both transmitter and probe in natural environment on-site to increase accuracy with no downtime. 3. Certificates of Calibration uploaded directly into the software for easy retrieval 4. Calibration does not require any uninstallation of any kind. Must be completed in the place of performance to confirm total system accuracy Salient characteristics to solid simulator probe: For spec range -55°C to 82°C 1. Non-liquid solid simulator probe. Will not leak, evaporate, spill, or require MSDS sheet 2. Probe to have U.S. patented calibration port 3. Accuracy rating of +/- 0.5°C for total specification range Warranties: The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. RESPONSE DATE (DEADLINE): 01/11/2021 at 11:00 AM. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. The applicable North American Classification System (NAICS) Code for this requirement is 334513 (Pressure, Temperature, and Humidity Measuring and Controlling Instruments). Responses due are to be submitted by e-mail only to Wilmen.Joa@va.gov. Name of firm, Socio-Economic category of the firm is needed, capable (SDVOSB & VOSB) vendors should supply CVE Certification letter from Veterans Information Pages (VIP), along with complete address, phone & fax number of contacts.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a3b56c0fd7e647aa92ce45213f8be2f7/view)
- Place of Performance
- Address: Department of Veterans Affairs James J. Peters (Bronx) VAMC 130 W Kingsbridge Rd,, Bronx, NY 10468-3904, USA
- Zip Code: 10468-3904
- Country: USA
- Zip Code: 10468-3904
- Record
- SN05878091-F 20201220/201218230115 (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 |