SOURCES SOUGHT
65 -- All in One Computers and Wall Mount Hardware
- Notice Date
- 4/2/2021 11:28:54 AM
- Notice Type
- Sources Sought
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24421Q0532
- Response Due
- 4/9/2021 9:00:00 AM
- Archive Date
- 06/08/2021
- Point of Contact
- Stephanie McFadden, Contract Specialist, Contract Specialist, Phone: +1 (717) 270-3926
- E-Mail Address
-
stephanie.mcfadden@va.gov
(stephanie.mcfadden@va.gov)
- Awardee
- null
- Description
- STATEMENT OF WORK ALL IN ONE COMPUTERS AND WALL MOUNT HARDWARD CORPORAL MICHAEL J. CRESCENZ VA MEDICAL CENTER BACKGROUND The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre-Solicitation or Solicitation document. The government is not currently soliciting bids, quotes or proposals at this time, however, reserves the right to do so at a later date. The Department of Veterans Affairs, Corporal Michael J. Crescenz VA Medical Center (CMC VAMC), Emergency Department, located at 3900 Woodland Avenue, Philadelphia, PA 19104, has a requirement for Wall-Mount Computer Workstations and associated mounting hardware. The NAICS Code is 334118. The requested items are needed to implement Bar Code Medication Administration (BCMA) in the Emergency Department. The procurement of these items will address a major vulnerability in the patient identification process specifically pertaining to the lack of barcoding abilities for medication administration. SCOPE OF WORK The vendor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor shall provide all the components referred to in this SOW for a maximum of nineteen (19) Wall-Mount Computer Stations. All Wall-Mount Computer Stations shall meet the general requirements as designated below. This is a supply only requirement. Installation is not required by the vendor. The Bio-medical department at the facility shall be responsible for installation of all supply components. The contractor shall provide all resources necessary to support use of devices using CMC VAMC network, Vista, BCMA and CPRS software, and barcode scanner used by the nursing staff to support safe medication administration. The vendor is responsible to ensure that their product meets or exceeds these requirements. GENERAL REQUIREMENTS At minimum, the vendor shall provide: Nineteen (19) VHA approved All-in-One Computers with BCMA compatibility. Specifications include, but are not limited to the following: Memory (RAM) should be a minimum of 16gb Hard Drive (HDD Storage) should be a minimum of 250gb Wifi wireless capabilities are acceptable and may prove to be a benefit in certain locations. CPU compatible with MS Win10 OS (Intel Processor preferred) 64bit Architecture - required in the VA as Windows 10 is implemented with only a 64bit option BIOS (Basic Input/output System) Secure Boot - required TPM (Trusted Platform Module) required, minimum version 1.2 VT-x (Virtualization Technology) required VT-d (Virtualization Technology) required TXT (Trusted Execution Technology) required LCD monitor mount with vertical adjustment with tilt, swivel, height and rotate features Large work surface area with translucent protective cover Large, fan-cooled PC compartment Slide-out keyboard tray with light with multiple brightness levels, slide-out mouse tray with mouse surface on left or right side of keyboard Universal accessory mounting locations on rear of the monitor mount Cable management area with easy access panels to manage and house excess cables 4-port USB Hub Anti-microbial agents in touch surfaces Barcode scanner mount kit for universal wireless or tethered scanners Scanner mounting adapters that may be configured to support multiple types and models of hand-held barcode scanners Attaches to VESA pattern behind the monitor and places scanners just behind the right edge of the monitor, but within the workstation s footprint for protection Universal wireless mount supports the following brands and models: Honeywell 1902 Motorola DS6878HC-FIPS (not non-FIPS) Code 2500 wireless handle mount (original and new version) Code 2600 (may limit LCD swivel range) Datalogic GBT4100 & GBT4400 Intermec SG20Universal Tethered Scanner mount supports most handheld barcode scanners having a gun-style form factor USB signature pad with integration software Cordless BCMA firmware scanner kit Mini-PC Core i7-6700HQ Q170, 8GB, 500GB HDD, wireless Windows 7 Pro Nineteen (19) Medical Grade keyboard with Identiv uTrust 2500R Card Reader, ANSI US English. TAA Compliant. Quick Connect USB Nineteen (19) Medical Grade Black Optical Mouse with scroll wheel (USB) Nineteen (19) Wireless Barcode Scanners with charging base. *All equipment must be FIPS 140-2 compliant. The vendor shall provide all labor, parts, travel, tools, and equipment to supply the requested items. The vendor shall provide one (1) copy of an owner s manual for each device. The vendor shall provide five (5) copies of the repair manuals for use in inspection, maintenance and repair. BRAND-NAME-ONLY REQUIREMENTS ITEM QUANTITY GCX Part WS-0012-11B - VVHM-P Variable Height Arm with Fixed Angle Front End for L Brackets - Load Range: 25 45 lbs / 11.3 - 20.4 kg - Slide-Below-Arm Configuration 14 GCX Part FLP-0008-45C-1 - L Bracket with Flat Panel Height & Tilt Adjustment and Folding Keyboard Function for Fixed Angle Front-End Support Arms -30lbs/13.6kg Maximum Display Weight 14 GCX Part WM-0023-56-2 - 20.8""/52.8cm Ergo Keyboard Tray w/Wrist Rest, Slide-Out Mouse Trays and Bottom Cover - Includes: Mouse Pads (2) & Mouse House (For Folding ""L"", VHM-25, & Ergo Brackets Only) 14 GCX Part WM-0030-01C-1 - Flush UPS Channel Mount for 3 - 5""/7.6 - 12.7 cm Wide Housings 14 WARRANTY The vendor shall provide a minimum three (3) year manufacturer s warranty on all parts and labor. The vendor shall provide all labor, parts, travel, tools and equipment and shipping costs to perform all inspections, testing, warranty repair, replacement, and warranty maintenance as required to maintain full functionality of the devices. The warranty period shall be a minimum of three years, on site. MANUALS The vendor shall provide one (1) copy of an owner s manual for each device. The vendor shall provide five (5) copies of the repair manuals to Biomedical Engineering for use by the designated section responsible for inspection, maintenance and repair. DELIVERY Delivery shall be coordinated with the Technical Point of Contact (POC). Delivery is required no later than 30 days ARO, FOB Destination only, to the following: Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Avenue Philadelphia, PA 19104 ALL INTERESTED PARTIES MUST ALSO HAVE AN ACTIVE REGISTRATION IN THE SYSTEM FOR AWARD MANAGEMENT (SAM) DATABASE. TO REGISTER, PLEASE VISIT WWW.SAM.GOV. Responses to this notice shall include: Company Name Address Point of Contact Phone Number Email Address DUNS Number CAGE Code Tax ID Number ** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services shall be verified in VetBiz Registry as follows to be considered: http://www.vip.vetbiz.gov/. Process in 38 U.S.C. 8127(d) whereby a contracting officer of the Department shall award contracts on the basis of competition restricted to small business concerns owned and controlled by veterans, if the contracting officer has a reasonable expectation that two or more small business concerns owned and controlled by veterans will submit offers, and that the award can be made at a fair and reasonable price that offers the best value to the United States. For purposes of this VA specific rule, a service-disabled veteran-owned small business (SDVOSB) or a veteran-owned small business (VOSB), must meet the eligibility requirements in 38 U.S.C. 8127(e), (f) and VAAR subpart 819.7003 and be listed as verified in the Vendor Information Pages (VIP) database. GRAY MARKET ITEMS No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. **Please provide a capability statement as well as any relevant literature addressing your organizations ability to supply the required items. Also, please include a point of contact name, phone number and email address. Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 334118: 1. Is your business a small business under NAICS 334118? YES ______ NO ______ 2. Is your firm a Veteran-Owned Small Business? YES ______ NO ______ 3. Is your firm a Service-Disabled Veteran-Owned Small Business? YES ____ NO ____ 4. Is you firm a certified HUB Zone firm? YES ______ NO ______ 5. Is your firm a Woman Owned business? YES ______ NO ______ 6. Is your firm a Large Business? YES ______ NO ______ 7. Do you have a GSA/FSS schedule for these items? YES______ NO______ Schedule Number: ___________________ Expiration Date: _____________________ QUESTIONS Questions regarding this notice should be addressed to Stephanie McFadden via email only, stephanie.mcfadden@va.gov , no later than Wednesday, April 7, 2021, at 12:00PM EST. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT. RESPONSES Responses to this Sources Sought are required by no later than Friday, April 9, 2021, at 12:00PM EST.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d52d7515be3e445e9c8f42cbc35dce8b/view)
- Place of Performance
- Address: Department of Veterans Affairs Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Avenue, Philadelphia 19104
- Zip Code: 19104
- Zip Code: 19104
- Record
- SN05961786-F 20210404/210402230125 (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 |