SOURCES SOUGHT
65 -- Multi-therapy Infusion Pump System Replacement
- Notice Date
- 1/6/2023 8:14:21 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q0288
- Response Due
- 1/10/2023 1:00:00 PM
- Archive Date
- 01/20/2023
- Point of Contact
- Andrew Taylor, Contracting Officer, Phone: 724-679-2327
- E-Mail Address
-
andrew.taylor3@va.gov
(andrew.taylor3@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; to seek potential sources and will not necessarily result in solicitation immediately or an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), Pittsburgh is seeking information and potential qualified sources capable of meeting the following minimum requirements and salient characteristics below for Multi-therapy Infusion Pump System Replacement STATEMENT OF NEED Department of Veterans Affairs Multi-therapy Infusion Pump System Replacement GENERAL INFORMATION Title of Project: Multi-therapy Infusion Pump System Replacement Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this Statement of Need (SON), except as may otherwise be specified. The contractor shall provide a new multi-therapy infusion pump system, to include smart infusion pumps with network capabilities and built-in software, infusion system modules, licenses, installation and training services, and the required software package needed for the system operability. Background: During a medical equipment lifecycle review, Biomedical Engineering at Lebanon VA Medical Center (LVAMC) identified a requirement to replace the current inventory of 110 CareFusion/Alaris infusion pumps, as well as the 270 modules for the infusion pumps. This multi-therapy equipment is deployed in various medical units and is considered mission critical. It is utilized for the delivery of fluids, medications, nutrients, blood, and blood products, to patients, at precisely programmed intervals. These pumps have reached end of useful life and must be replaced in order to comply with VA safety standards and directives. Performance Period: The contractor shall complete delivery of all equipment required under this SOW within 120 days of contract award. If the contractor proposes an earlier delivery date, and the Government accepts the contractor s proposal, the contractor s proposed delivery date shall prevail. Equipment delivery to the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO) or a representative of Biomedical Engineering. Type of Contract: Firm-Fixed-Price CONTRACT AWARD MEETING The contractor shall not commence performance on the tasks in this SON until the CO has conducted a kickoff meeting, or the CO has advised the contractor that a kickoff meeting is waived. EQUIPMENT AND SYTEM SPECIFICATIONS: Contractor shall provide all labor, equipment, tools, materials, supervision, documentation, personnel, and equipment required for the replacement multi-therapy infusion pump system, as identified below. Contractor shall provide a new multi-therapy infusion pump system, to include smart infusion pumps with network capabilities and built-in software, infusion system modules, licenses, installation and training services, and the required software package needed for the system operability, as follows: Description Quantity PC Unit 120 Pump Module 225 Patient Controlled Analgesia (PCA) Module 35 End-tidal carbon dioxide (EtCO2) modules 35 6 Leg Base - 25"" Diameter, 8 Hook Rake Top 15 Point of Care Software 120 Point of Care Software for Pump Modules 225 Point of Care Software for PCA Modules 35 Point of Care Software for EtCO2 Modules 35 SmartServiceSM New Customer Implementation 1 Equipment Check in Services 1 Systems Manager License 1 Systems Manager Implementation 1 Software Management Services 5 Multi-therapy Infusion Pump System Requirements: The system and devices shall include the following characteristics and features: Run on an operating system supported by the Operating System Manufacturer and be in accordance with VA Directive 6550 Federal Information Processing Standard (FIPS) 140-2 certified with plan to transition to FIPS 140-3 Wireless communication Automatic switching to battery power upon line-power interruption Ability to run multiple infusions concurrently with minimal control units Send infusion data wirelessly from equipment to central repository for analysis Have primary and secondary infusion modes Minimum warranty of 1-year for parts and labor Portable/transportable, with battery backup Mountable to an intravenous (IV) pole Shall be compliant with current US Food and Drug Administration (FDA) regulations pertaining to recalls and medical device correction notices Infusion Pump Module Requirements Large Volume Pumps (LVP): shall meet or exceed the following equipment characteristics and features: FIPS 140-2 wireless capability Capability to wirelessly download drug library updates Automatic switching to battery power upon line-power interruption Infusion data shall be sent wirelessly from equipment to central repository for analysis Fluid resistance ingress protection Flow rate specifications capability to range from 0.1-999 mL/hr and in incremental rate minimum of 0.001 mL/hr Fluid resistance ingress protection Default to the Dose Error Reduction System (DERS) upon startup Have free flow prevention mechanism Ability to set manual parameters within drug library Shall have anesthesia mode Ability to change to different drug libraries Secondary infusion capability Automatic switching to battery power upon line-power interruption Patient tampering safety feature Loading dose capability Alarm volume control and alarm momentary silence Cleanable with hospital grade disinfectant End-tidal Carbon Dioxide (EtCO2) Monitoring (capnography monitory function): shall meet or exceed the following equipment characteristics and features: FIPS 140-2 wireless capability Automatic switching to battery power upon line-power interruption Industry standard default alarms Ability to configure alarm settings Ability to silence, override alarms (anesthesia mode) Alarm volume control and alarm momentary silence Cleanable with hospital grade disinfectant Contractor shall include list of consumables required and starter supplies Patient Controlled Analgesia (PCA) : shall meet or exceed the following equipment characteristics and features: FIPS 140-2 wireless capability Ability to download drug library updates wirelessly Validated with Cerner s CareAware smart pump programming, infusion management, and event management workflows Automatic switching to battery power upon line-power interruption Low battery, depleted battery alarms Infusion data sent wirelessly from equipment to central repository for analysis Fluid resistance ingress protection Flow rate specifications capability to range from 0.1-99mL/hr and in increments of 0.1 mL/hr Default to the Dose Error Reduction System (DERS) upon startup Free flow prevention mechanism Multiple infusion capability Patient tampering safety feature Cleanable with hospital grade disinfectant Accumulated dose limit monitoring Patient pendant for PCA dose requests Bolus capability Loading dose capability Alarm volume control and alarm momentary silence Ability to accommodate various syringe volumes System Service and Maintenance Requirements: All equipment shall be cleanable with hospital grade disinfectant Contractor shall provide appropriate system manuals, including user manuals, service manuals, and maintenance manuals Contractor shall provide manufacturer training and service at LVAMC site Contractor shall provide training for clinical end-users, Biomedical Engineering, and Pharmacy staff, prior to implementation; the Government estimates training to be required for approximately 500 staff members Contractor shall have staff on site at LVAMC during implementation Contractor shall be responsible to provide 24/7 phone line for troubleshooting support Contractor shall have parts to support equipment repair at LVAMC available for delivery within 48 hours PRE-DEPLOYMENT REQUIREMENTS: Contractor shall be responsible to: Provide all necessary documentation to meet VA Directive 6550 and Enterprise Risk Assessment requirements Provide all software requirements necessary to make connections to the VA network, to include licenses and Point of Care software Provide a list of ports and protocols the systems use to communicate on the network Follow all required VA Handbook 6500 requirements to provide remote support of server components of the system, including but not limited to background investigations, Memorandum of Understanding/ Interconnection Security Agreement (MOU/ISA), Personal Identity Verification (PIV) badge issuance, and check-in requirements Provide a listing of any required Government Furnished Equipment (GFE) and software necessary for system deployment, including but not limited to server specifications, workstations specifications, and software prerequisites that would be necessary for the infusion system and its associated information support systems Participate in pre-implementation meetings with VA information security professionals to review system operation to obtain an Enterprise Risk Analysis (ERA); a current ERA is required for these systems to operate on the VA network TRAINGING AND SUPPORT: Contractor shall be responsible for the following: Training and certification of local Biomedical Engineering staff to perform maintenance and repairs on all equipment Provide telephone technical support during normal business hours of 8:00am and 4:30pm, EST, Monday through Friday. Provide a list of approved sources to purchase necessary repair parts to ensure equipment operates to original manufacturer specifications; parts should be generally available for next-day shipment Contractor shall provide training, and training materials, for clinical users as specified below: Initial training for approximately 500 frontline users shall be on site at LVAMC and shall be conducted by Contractor representatives Remote training shall be available over digital platform, recorded and available for future reference Contractor shall provide access to clinical user education/reference materials via online company site and physical user manual and instructions for use Contractor shall have one-to-one support available Shall provide notices for software, instructions for use (IFU), and updates for user manuals Provide education on updates via company online site and physical user manual and instructions for use DELIVERY Contractor shall complete delivery, installation, and implementation of all equipment within 120 days of contract award Delivery of devices to the Government site, and installation and implementation services, shall not take place on Federal holidays or weekends, unless directed by the Contracting Officer or a representative of Biomedical Engineering All packaging shall be marked to the attention of Biomedical Engineering and shall include the associate purchase order (PO) number assigned to the contract; shipments shall be delivered to the following address: Lebanon VA Medical Center Building 6, Warehouse 1700 S. Lincoln Avenue Lebanon, Pennsylvania 17042 Specific dates and times for all deliverables in accordance with this requirement shall be coordinated with LVAMC Biomedical Engineering Service Request for Information Instructions The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 500 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.) (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller provide an authorized distributor letter for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to salient characteristics in the statement of need. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A (12) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on December 12, 2023. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist Sarah Chrostowski at andrew.taylor3@va.gov Questions or Responses will include the Source Sought number 36C24422Q0288 in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. End of Document
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/856342c96aa8428bad51cb88b1aef9e5/view)
- Place of Performance
- Address: VA Lebanon Healthcare 1700 Lincoln Ave, Lebanon 17042, USA
- Zip Code: 17042
- Country: USA
- Zip Code: 17042
- Record
- SN06558722-F 20230108/230106230104 (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 |