Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 14, 2021 SAM #7165
SOURCES SOUGHT

65 -- Dallas VA Medical Center Spinal Cord Office is is seeking to purchase SCI Vital Sync Remote Monitoring System

Notice Date
7/12/2021 1:08:22 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
 
ZIP Code
76006
 
Solicitation Number
36C25721Q1139
 
Response Due
7/14/2021 9:00:00 PM
 
Archive Date
07/29/2021
 
Point of Contact
Matt Lee, Contracting Specialist, Phone: 210-694-6337
 
E-Mail Address
matthew.lee5@va.gov
(matthew.lee5@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. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Dallas VA Medical Center Spinal Cord Service in Dallas, Texas intends to award a brand name or equal contract award for the purchase of SCI Vital Sync Remote Monitoring System. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 339112 with a size standard of 1000 employees. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Please advise if you carry the products for this requirement. Please submit all information to Matthew Lee via e-mail: matthew.lee5@va.gov by Wednesday, 14 Jul 2021 11PM CST. ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA Vital Sync base package implementation including EMR and ADT integration if completed within allotted time frame LOCAL STOCK NUMBER: VSIMPLEMENTATION 0002 1.00 EA Vital Sync License Base Package - Vital Sync perpetual licenses for up to 35 devices LOCAL STOCK NUMBER: VSLICENSEBASE02 0003 1.00 EA VS Server with MS WIN2016 LOCAL STOCK NUMBER: SRVSW0163630 0004 1.00 EA ALL-IN-ONE CLINICIAN WORKSTATION LOCAL STOCK NUMBER: SWS107470 0005 1.00 EA D-LINK WEB SMART 1210-1210-28P LOCAL STOCK NUMBER: DGS121028P 0006 1.00 EA Vital Sync Service and Maintenance for License Base Package 1 year term LOCAL STOCK NUMBER: 10099068 VA North Texas Healthcare System Vital Sync Remote Monitoring Respiratory System Functional/Performance/Specification Statement of Work (SOW) This proposed upgrade of the Vital Sync Remote Monitoring Respiratory System will bring the Spinal Cord Injury Unit system up to date with the latest technology in remote monitoring systems. This system will be used at VA North Texas in the SCI Inpatient Unit. It is an upgrade to the monitors that are already in use and were purchased in 2012. The Vital Sync Remote Monitoring System helps patients live with greater independence while giving clinicians peace of mind. Lightweight, reliable, and trusted the system comes with a long battery use time to ensure continuous support for you and your patients. KEY FEATURES The internal lithium ion battery provides up to 11 hours of ventilator operation (depending on settings and other factors). A real-time battery use time indicator shows how much battery time is left in hours and minutes, based on settings. The ventilator is compact, lightweight (4.5 kg), and quiet (<30 dBA at 1 m). It transitions easily from hospital to home use. Data portability is enabled via a USB memory device. The USB memory device makes it easy to transfer patient data from a home ventilator to a clinician s computer. Ventilator parameters and alarm settings are linked to reduce the risk of clinically inappropriate settings. Oxygen enrichment is available using a low flow oxygen source. Utilize the measurement kit to monitor FiO2 levels In addition to the technical specifications noted below the vendor must: Vendor must install unit and ensure connectivity to CPRS/Vista Vendor must bring all necessary equipment required for installation Vendor must be available to install equipment within 2 weeks of delivery Vendor must clean area after equipment installation Vendor must not work after 4:45 pm while installing equipment. f. Vendor shall indicate the warranty period on the proposed equipment. MONITORED PARAMETER SPECIFICATIONS CONTINUED VT Sigh VT x 1 to VT x 2 FiO2 0 to 99% Leak 0 to 200 L/min Apnea Index (AI) 0 to 99 ev/h Apnea Time 0 to 999 s % Spontaneous (Spont) 0 to 100% PRODUCT OFFERINGS DESCRIPTION CATALOG Puritan Bennett 560 portable ventilator 4096600 ACCESSORIES Carrying bag (gray) 3829000 Oxygen inlet connector (x10) 2962799 Dual Bag (blue), including padded straps, suspension belt, and carrying belt 2967299 Dual Bag (pink) 2967200P DC power cable 10000021 Europe AC power cable (1.8 m) 2971799 Canada AC power cable (1.8 m) 2977099 UK AC power cable (1.8 m) 2971899 Australia AC power cable (1.8 m) 2981499 FiO2 measurement kit 3814199 DISPOSABLES Single-patient-use Puritan Bennett 560 ventilator exhalation block (x10) 10046803 Air inlet combi filter 10028771 Adult double-limb patient circuit with exhalation valve, 180 cm PVC 5094000 Pediatric double-limb patient circuit with exhalation valve, 180 cm PVC 5093900 Adult single-limb patient circuit with exhalation valve, 180 cm PVC 5093600 Pediatric single-limb patient circuit with exhalation valve, 180 cm PVC 5093500 Adult single-limb patient circuit without exhalation valve, 180 cm PVC 5093300 Pediatric single-limb patient circuit without exhalation valve, 180 cm PVC 5093100 Two-way Exhalation Valve for use with Double-Limb Circuit 111P1160 Three-way Exhalation Valve for use with Single-Limb Circuit 111P1161 SPECIFICATIONS Weight 4.5 kg Dimensions 23.5 cm W x 31.5 cm D x 15.4 cm H Noise < 30 dBA at 1 m ELECTRICAL CHARACTERISTICS Power Supply AC : 100 240 VAC, 50/60 Hz DC : 12 30 VDC Power usage 180 VA max Internal battery lithium ion, 25.2 V, 4.4 Ah USB compatibility USB flash memory USB 2.0 or USB 1.1 USB memory file format USB 32 bit format (sector size: 512 2,048 bytes) ENVIRONMENT OPERATING Temperature +5° C to 40° C (-40° F to 104° F) Humidity 10% to 95% RH Atmospheric pressure 8.7 psi to 16.0 psi (600 hPa to 1100 hPa) STORAGE Temperature -40° C to +70° C (-40° F to 158° F) Humidity 10% to 95% RH Atmospheric pressure 7.2 psi to 15.4 psi (500 hPa to 1060 hPa) Alarms Adjustable alarm sound level (65-85 dBA at 1 meter) SETTING PARAPMETERS MODES CPAP, PSV/ST, P A/C, V A/C, V SIMV, P SIMV PERFORMANCE PARAMETER SPECIFICATIONS Volume 50 to 2000 mL Pressure 5 to 55 mbar Insp. time 0.3 to 2.4 s Rate 1 to 60 b/min Inspiratory sensitivity 1 to 5 Exhalation sensitivity 5 to 95% VT sigh VT x 1 to VT x 2 MONITORED PARAMETER SPECIFICATIONS Peak Inspiratory Pressure (PIP) 0 to 99 mbar Positive End Expiratory Pressure (PEEP) 0 to 99 mbar Inspiratory Tidal Volume (VTI) 0 to 9999 mL Exhalation Tidal Volume (VTE) 20 to 9999 mL Total Breath Rate (Rtot) 0 to 99 mL I:E Ratio (I:E) 9.9:1 to 1:9.9 I/T Ratio (I/T) 0 to 100% Inspiratory Time (I Time) 0 to 9.9 s Exhalation Time (E Time) 0 to 59.9 s Inspiratory Minute Volume (Min VI) 0 to 99.9 l Contractor responsibilities: Contractor shall provide all tools, equipment, technical information, travel and personnel for proper assembly and installation of the equipment. The contractor shall provide online Operator s Manuals reference and maintenance and Two (2) hard Copies of Operator s Manuals reference and maintenance. The contractor shall provide a limited warranty. The warranty shall begin upon date of installation/delivery. The Contractor shall remove waste involved with the delivery and set up, to include cardboard, plastics, paper, and other debris/materials. The Contractor shall notify the VA Program Manager, Contracting Officer, and the Contracting Officer s Representative (COR) in advance of arrival and departure for delivery and installation, providing review of all product and site conditions before signing off. Work is to be performed between 8:00am and 4:30pm during the week unless specifically coordinated otherwise, which can include weekends. Contractor shall be responsible for any damage caused by delivery, installation, and removal while at the facility. This procurement is for new Equipment ONLY; no remanufactured or ""gray market"" items. All Equipment must be covered by the manufacturer's warranty. All work shall be performed in a safe and efficient manner. Contractor shall be responsible for any damage caused while at the jobsite, facility, or to the equipment. The contractor shall assure its processes do not create an unclean or unsafe environment for VA North Texas Healthcare System or damage any federal government equipment. Delivery Address: Spinal Cord Injury Unit VA North Texas Healthcare Center The Contractor shall schedule on-site installation with the COR during normal working hours between Monday and Friday, 8:00 a.m. and 4:30 p.m., local time, excluding Federal Holidays. Work outside of Normal Business Hours is not authorized unless pre-approved by the Contracting Officer and the COR. Work outside of Normal Working hours shall not result in extra costs incurred against the government. Legal Holidays Observed: New Year s Day 01 January Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Independence Day 04 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day Fourth Thursday in November Christmas 25 December ** Please note that holidays falling on Saturday shall be observed on the preceding Friday; holidays falling on Sunday shall be observed on the following Monday. PERSONNEL Personnel. The contractor shall provide in writing the name and phone number of a person within ten calendar days of the award of the contract. The personnel shall be qualified and experienced to oversee the personnel assigned to perform the installation and maintenance services. The contractor shall correspond with the COR on a regular basis to discuss any problems that the contractor or contractor s personnel may be experiencing during the performance of this contract. Unresolved problems shall be referred to the Contracting Officer for resolution. Contractor Service Personnel (CSP). All subcontractors performing work for primary contractor shall meet all specifications and standards that apply to CSP under this agreement. CSP shall maintain clean and neat appearance and shall wear an identification badge always when performing services at the Government site. Identification badges shall be worn in a clearly visible area of the outer garment. The COR shall furnish this badge. Due to conflict of interest, the contractor shall not employ a current DOD employee, military or civilian to provide services under this contract. Government point of contact (POC). The COR shall be the Government s POC. If required, the COR shall be designated in writing to the Contractor and the scope of authority shall be set forth therein. Contractor shall respond only to calls from COR or a designated representative from the Medical Center. SECURITY STATEMENT: The Vendor and all VA employees are required to immediately report any security violations to the Information Security Officer. No other security statements are required. ACRONYMS AND DEFINITIONS Contracting Officer (CO). A person duly appointed with the authority to enter into and administer contracts on behalf of the U.S. Government. Contracting Officer s Representative (COR). An individual designated in writing by the Contracting Officer to act as an authorized representative of the Contracting Officer to perform specific contract administrative functions within the scope and limitations as defined by the Contracting Officer. Equipment Ownership. Title to equipment shall remain with the contractor until installed and established. After completion, a satisfactory inventory and inspection is completed by Contractor, COR and Maintenance personnel. Upon approved inspection, title, equipment, accessories and ownership shall be released to VA North Texas Healthcare System (VANTHCS). Limited Warranty. All equipment listed to the attached quote, shall be fit and sufficient for the purpose intended as set forth in the user manuals; and merchantable, of good quality and free from defects in materials or workmanship; for a period of one (1) year from the date of the first invoice under this agreement. The contractor shall provide a minimum of one (1) year warranty. The warranty will begin upon date of installation. QUALITY ASSURANCE SURVEILANCE PLAN (QASP): COR shall use surveillance methods listed below in the administration of this QASP. DIRECT OBSERVATION. (Can be performed periodically or through 100% surveillance.) COR shall periodically review major aspects of the SOW to include response time, quality of services provided, and equipment uptime. COR shall utilize direct observations both from the COR, as well as those of the using department or section to ensure a full 360 degree review of the level of service provided. PERIODIC INSPECTION. (Evaluates outcomes on a periodic basis. Inspections shall be unscheduled, as required.) COR shall routinely inspect service records supplied by vendor with using service to ensure quality of service and positive customer interaction. COR shall periodically monitor interaction of vendor with using service to ensure services are provided timely, efficiently, and meet the customer s needs. VALIDATED USER/CUSTOMER COMPLAINTS. (Relies on the patient to identify deficiencies. Complaints are then investigated and validated.) COR shall routinely engage customers in discussions regarding services rendered and ensure that all communications from the vendor are professional. COR shall review customer complaints regarding system maintenance, downtime, and general communication with vendor, to ensure vendor is aware of any situations where a high-quality of service may have been compromised.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a4711ecf822141c8a452a46ddd65bf86/view)
 
Place of Performance
Address: Dallas VA Medical Center 4500 S. Lancaster Road, Dallas, TX 75216, USA
Zip Code: 75216
Country: USA
 
Record
SN06058604-F 20210714/210712230122 (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.