MODIFICATION
65 -- Infusion Pumps
- Notice Date
- 3/11/2022 1:52:48 PM
- Notice Type
- Solicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25722Q0420
- Response Due
- 3/16/2022 7:00:00 AM
- Archive Date
- 03/21/2022
- Point of Contact
- Dr. Vinicky A Ervin Ph.D., Contract Specialist
- E-Mail Address
-
Vinicky.Ervin@va.gov
(Vinicky.Ervin@va.gov)
- Awardee
- null
- Description
- Department of Veterans Affairs Veterans Health Administration (VHA) Sources Sought Notice Obtain Pumps. This is a Sources Sought notice and not a request for quotes. This request is solely for the purpose of conducting market research to enhance VHA s understanding of your company s offered services and capabilities. The Government will not pay any costs for responses submitted in response to this Source Sought Notice. This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the service requirement described below. Vendors are being invited to submit information relative to their potential to fulfill this requirement, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking to obtain brand name or equal Pumps and San Antonio, TX. Refer to the General Requirements section below for the requested product description. This Sources Sought is to facilitate the Contracting Officer review of the market base, for acquisition planning, size determination, and procurement strategy. General Requirements: Brand name or equal Pumps are needed for the San Antonio, TX in accordance with the following requirements: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 711.00 EA $00.00 $00.00 PLum 360 LOCAL STOCK NUMBER: 30010 0002 711.00 EA 00.00 $0.00 Minipoles for Plum 360 LOCAL STOCK NUMBER: 13853 0003 47.00 EA $00.00 $00.00 Lifecare LOCAL STOCK NUMBER: 20837 0004 1.00 YR $00.00 $00.00 Yearly software 0005 1.00 JB $00.00 $00.00 one time installation/implementation and training. GRAND TOTAL $00.00 Salient Characteristics: Pump can run min 2 medications, at 2 different rates, through 1 pump Automatic Drug Recognition: Automatically recognizes the medication and concentration, eliminating the need to manually associate the medication from the drug library list Must have back prime - Pump has ability to use the pump to automatically remove air from the line Must have wireless connectivity with FIPS 140-2 Encryption Standards Must have pump height independence Must be DEHP Free Must have automated secondary delivery - Pump can detect a clamped secondary and alert clinician Automated secondary delivery - Primary bag height does not need to be changed to facilitate secondary delivery Must be Cerner interoperability - Cerner - Pump has bidirectional integration capability with Cerner - Auto programming and auto documentation - Pump has bidirectional integration capability with Cerner - Auto programming and auto documentation Must be Medication Omnicell interoperability - Pump has integration capability with Medication Omnicell/EHR - auto documentation Must have IV barcoding Must be Interoperability to Vocera - Pump has integration capability with Vocera for alarm forwarding Must have distal occlusion restart - Pump has capability to restart pump automatically when distal occlusion is detected Must have Syringe Delivery - Large volume pump has ability to infuse syringes to patient without the need of special tubing Customized drug libraries for up to 18 clinical care areas (CCAs), up to 25 medications and 5 stored protocols per CCA with ICU Medical MedNet. Hard and soft limits in the drug library are utilized for every infusion to maximize medication safety, improve compliance, and enhance medication safety. STATEMENT OF WORK Infusion Pumps South Texas Veterans Health Care System (STVHCS) GENERAL GUIDANCE Title of project: ICU Medical Plum 360 Infusion Pumps (Brand name or equal) Scope of work: Procurement, delivery and setup of seven hundred and eleven (711) ICU Medical Plum 360 infusion pumps for the South Texas Veteran s Health Care System. Installation includes software installation and staff training by the vendor or qualified representative. Background: The Alaris infusion pumps utilized throughout STVHCS have either reached end of life or have been deemed beyond economical repair. Performance Period: Within 30 days of contract award Type of contract: Firm Fixed Price agreement CONTRACTING OFFICERS REPRESENTATIVE (COR): STVHCS Nursing Service will appoint one (1) COR for this contract. When service is requested, the contractor will always contact the COR, Jack Mazick, Jack.Mazick@va.gov, at 210-365-9857. Contract Award Meeting --Not Applicable Specific Mandatory Tasks and Associated Deliverables or Equal PLUM 360 (711each) Minipoles for PLUM 360 (711 each) Lifecare (47each) Implementation of pumps Base year with 4 option years of yearly software support Desirable Features Same user interface on all infusion pumps Vertical and Horizontal stacking options Independent modularity Barcode safety feature Schedule for Deliverables--Scheduled delivery will be provided only during contractor s normal working hour s local site time. Upon acceptance of this contract, the contractor shall immediately contact the COR, Jack Mazick, Jack.Mazick@va.gov, at 210-365-9857 to schedule mutually agreeable service times. The vendor will deliver the aforementioned components in the quantities specified to: Contractor Requirements General Requirements When the Contractor desires to deliver outside of the other than standard times, a written request must be submitted to the Contract COR for approval. Written approval from the Contract COR must be received before proceeding with the work. The request must be submitted at least (5) five workdays prior to the proposed performance of work, and it must indicate the day (s), amount of time of work, and reason why performance is necessary during nonstandard hours. The Government maintains the option to modify the normal work week, days and hours, as necessary for the accomplishment of the VHA mission. The contractor must be knowledgeable of and must comply with all applicable federal, state, and local laws, Building Codes, Life Safety Codes, ADA/ADAG, permits. The contractor must provide products that adhere and are compliant to VA HANDBOOK 6500.6. STVHCS requires: Basic product orientation and user training Installation/Go lives of at least one week in length supporting 10 inpatient wards, ED, 4 specialty procedural areas, the Operating room and Kerrville. The contractor must supply the necessary staff to support the effort or extend training assuring all shifts and areas receive training. Installation /Design will be performed by the contractor. Pharmacy library integration will be coordinated, and completed, with STVHCS in-Patient Pharmacy Supervisor/staff and contractor. Salient Characteristics: Must have vendor must have large volume of Infusion and PCA pump(s) which utilizes the same safety software system Must have concurrent functionality - Pump can run 2 medications, at 2 different rates, through 1 pump Automatic Drug Recognition: Automatically recognizes the medication and concentration, eliminating the need to manually associate the medication from the drug library list Must have back prime - Pump has ability to use the pump to automatically remove air from the line Must have wireless connectivity with FIPS 140-2 Encryption Standards Must have pump height independence - Pump does not need to be placed at a certain height in relation to the patient to maintain accuracy Must have DEHP Free - All sets are DEHP free sets. DEHP free sets do not affect accuracy and do not need to be changed more frequently. Must have automated secondary delivery - Pump can detect a clamped secondary and alert clinician Automated secondary delivery - Primary bag height does not need to be changed to facilitate secondary delivery Must be Cerner interoperability - Cerner - Pump has bidirectional integration capability with Cerner - Auto programming and auto documentation - Pump has bidirectional integration capability with Cerner - Auto programming and auto documentation Must be Medication Omnicell interoperability - Pump has integration capability with Medication Omnicell/EHR - auto documentation Must have IV barcoding Must be Interoperability to Vocera - Pump has integration capability with Vocera for alarm forwarding Must have distal occlusion restart - Pump has capability to restart pump automatically when distal occlusion is detected Must have Syringe Delivery - Large volume pump has ability to infuse syringes to patient without the need of special tubing Customized drug libraries for up to 18 clinical care areas (CCAs), up to 25 medications and 5 stored protocols per CCA with ICU Medical MedNet. Hard and soft limits in the drug library are utilized for every infusion to maximize medication safety, improve compliance, and enhance medication safety. Warranty: The products will be free from defects in workmanship and materials for a period of at least one year. Shipping Instructions: Items must be shipped directly to the site at South Texas VA Medical Center, 7400 Merton Minter Blvd., San Antonio, TX 78229 The contractor will coordinate all deliveries with the COR Jack Mazick, Jack.Mazick@va.gov, at 210-365-9857 Inspection and Acceptance Criteria: STVHCS Logistics, Biomedical Engineering, ICU staff will receive all products, complete inspections, and perform any damage report necessary. All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and have no appearance of flaking, cracking, or loss of adhesion. Furnishings will have smooth finishes with no hazardous projections, sharp corners, or detail which can be hazardous and cause personal injury or damage to clothing. Period of Performance: These units will be put into service upon delivery and coordination with the Contractor for setup with STVHCS unique medication library. After award, the contractor will need to coordinate with the COR and/or VA designee to plan the multiple steps required to operationalize/integrate the units. The date of shipment (s) will be scheduled between the contractor and the VA after the award of the contract. The contractor will track manufacturing schedule and notify the COR with updates of estimated completion dates by email. Delivery, Storage and Handling of Materials: Contractor shall place all orders, track orders, schedule deliveries and coordinate trucks with the manufacturer and delivery according to VA project schedule. In event of a delay in delivery, Contractor must notify the VA POC immediately. Contractor must provide the VA POC the schedule date and time that the delivery truck will be arriving at least 48 hours ahead of time. Contractor must ensure that the driver of the delivery vehicle has copies of delivery order and will not attempt to deliver any items before the scheduled delivery date. Contractor must cooperate with STVHCS VA Logistics/Bio-Medical Service and COR to properly receive all products and furnishings to VA facility. Product will be factory packed with adequate protection to all sides and corners to prevent transit and handling damage. The contractor must notify VA of specific location of any stored parts. Installation: The Bio-Medical staff, COR and ICU Leadership staff shall ensure the installation is complete and the equipment is ready for use. The Contractor will configure/install all equipment and construction required for full functionality of the system in accordance with each requirement stated in manufacturers instruction. STVHCS Bio-medical engineering and Nursing Service staff will have fifteen (15) days after complete installation to determine whether the product is clinically acceptable. Installation/Design will be performed by the contractor in coordination with Bi-medical service, pharmacy service and Nursing service. The solution, Design, Implementation will be a turn-key service. Changes To the Statement of Work or Contract Cost No changes are made without consent of the contracting officer. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by Health Insurance Portability and Accountability Act (HIPAA) of 1996 with respect to personal and confidential information that they may come upon, while servicing medical equipment. PERSONNEL CLEARANCES AND PRIVACY CONSIDERATIONS: The contractor will ensure that their personnel and subcontractor personnel meet the privacy standards as set forth by Health Insurance Portability and Accountability Act (HIPAA) of 1996 with respect to personal and confidential information that they may come upon, while servicing medical equipment. END OF CONTRACT: Contractor guarantees that all equipment covered in this contract shall meet or exceed manufacturer s performance specifications at the contract expiration date. VHA Supplemental Contract Requirements for Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors 1. Contractor employees who work in or travel to VHA locations must comply with the following: a. Documentation requirements: 1) If fully vaccinated, shall show proof of vaccination i. NOTE: Acceptable proof of vaccination includes a signed record of immunization from a health care provider or pharmacy, a copy of the COVID-19 Vaccination Record Card (CDC Form MLS-319813_r, published on September 3, 2020), or a copy of medical records documenting the vaccination 2) If unvaccinated and granted a medical or religious exception, shall show negative COVID-19 test results dated within three calendar days prior to desired entry date. Test must be approved by the Food and Drug Administration (FDA) for emergency use or full approval. This includes tests available by a doctor s order or an FDA approved over-the-counter test. 3) Documentation cited in this section shall be digitally or physically maintained on each contractor employee while in a VA facility and is subject to inspection prior to entry to VA facilities and after entry for spot inspections by Contracting Officer Representatives (CORs) or other hospital personnel. 4) Documentation will not be collected by the VA; contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 2. Contractor employees are subject to daily screening for COVID-19 and may be denied entry to VA facilities if they fail to pass screening protocols. As part of the screening process contractors may be asked screening questions found on the following website: COVID-19 Screening Tool. Regularly check the website for updates. a. Contractor employees who work away from VA locations, but who will have direct patient contact with VA patients shall self-screen utilizing the COVID-19 Screening Tool, in advance each day that they will have direct patient contact and in accordance with their person or persons who coordinate COVID-19 workplace safety efforts at covered contractor workplaces. Contractors shall, at all times, adhere to and ensure compliance with federal laws designed to protect contractor employee health information and personally identifiable information. 3. Contractor must immediately notify their COR or Contracting Officer if contract performance is jeopardized due to contractor employees being denied entry into VA Facilities. Please title email with RFI Pumps 36C25722Q0420
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/454a8c84ed50455f953c0eb7ebfa85a3/view)
- Record
- SN06264413-F 20220313/220311230101 (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 |