SOURCES SOUGHT
J -- Tempsys Checkpoint System S/M BY: 10/1/2025 - 9/30/2026
- Notice Date
- 8/30/2024 4:48:35 PM
- Notice Type
- Sources Sought
- NAICS
- 811210
—
- Contracting Office
- 252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
- ZIP Code
- 53214
- Solicitation Number
- 36C25224Q0802
- Response Due
- 9/6/2024 11:00:00 AM
- Archive Date
- 12/05/2024
- Point of Contact
- Della C Bond, Contract Specialist, Phone: 414-844-4800 x43262
- E-Mail Address
-
della.bond@va.gov
(della.bond@va.gov)
- Awardee
- null
- Description
- Page 3 of 3 The Department of Veterans Affairs is issuing this sources sought synopsis as a means of conducting market research to identify firms having an interest in and the resources to support the Tempsys Checkpoint Maintenance Service Contract at the VA Illiana Health Care System (Danville VA), located at 1900 E. Main St, Danville, IL 61832 . The result of this market research may contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 811210 - Electronic and Precision Equipment Repair and Maintenance (i.e., not combined with any other service). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your Company has the potential capacity to perform these contract services, please provide the following information:1) Company name, address, email address, web site address, telephone number, and size and type of ownership for the company; 2) Tailored capability statements addressing the particulars of this effort as expressed in the Final Performance Work Statement below. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 1:00 PM CST on September 6, 202024. All responses under this Sources Sought Notice must be emailed to Della.Bond@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Tentative requirements: FINAL PERFORMANCE WORK STATEMENT TEMPSYS CHECKPOINT SYSTEM SERVICE MAINTENANCE CONTRACT The VA Illiana Health Care System (Danville VA), located at 1900 E. Main St, Danville, IL 61832 utilizes the Tempsys Checkpoint (Viewpoint) Wireless Temperature Monitoring System to continuously monitor the environment within various points of the Danville VA Medical Center. The Danville VA Medical Center requires a base year, plus four (4) one-year options to support for annual maintenance, calibration, repair, reporting and training services to keep the system continuously operational, as described in this Performance Work Statement (PWS). SCOPE The Contractor shall furnish all labor, transportation, parts, and expertise necessary to provide annual maintenance, repair & certification services for the Tempsys Checkpoint Wireless Temperature Monitoring System and to ensure continuous support and the newest technical and operational developments. The Contractor shall provide continuous monitoring (24/7/365), maintain, and provide service support to all of the 319 check point devices and send monthly reports to the Contracting Officers Representative (COR). The Contractor shall maintain a server up time of 98% or better and shall ensure hardware availability to support system repairs and expansions. The Contractor shall stipulate that they have ready access to new standard parts that are manufactured, supplied by the manufacturer. All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer Representative (COR) upon request. The Contractor shall obtain, have on file, and make available to their Field Service Engineers (FSEs) all operation and technical documentation (such as operational and service manuals, schematics, and parts lists) which shall be necessary to complete the services required herein. CONFORMANCE STANDARDS Purchase Order shall ensure that the equipment listed herein functions in conformance with the latest published editions of the National Fire Protection Agency (NFPA), Occupational Safety and Health Administration (OSHA), The Joint Commission (TJC), Veterans Administration (VA) standards, and Original Equipment Manufacturer (OEM) standards and specifications. QUALIFICATIONS: Contractor shall include a fully qualified FSE assigned to this area and a fully qualified FSE who shall serve as the backup. Fully qualified FSE shall have successfully completed a formalized training program by the Original Equipment Manufacturer (OEM) on the specific model of equipment they shall be asked to work on. The FSE shall have a minimum of one (1) year of experience providing preventative maintenance and emergency repair services on the same make and model of equipment under this Performance Work Statement (PWS). The Contractor shall provide, upon request, documentation of factory certified service/maintenance training on the specific equipment under the terms of this PWS. EQUIPMENT List Quantity may change over the course of the service contract due to additional or replacement systems being purchased/deployed. One-for-one equipment may be exchanged or replaced at no additional cost. QTY Manufacturer Model 319 Checkpoint Various GEN3/GEN4 probes, sensors, repeaters, and ether bases; (See Attached Equipment List for Serial Numbers, listed on page 6). TASKS AND DELIVERABLES TO BE PROVIDED Deliverable: The Contractor shall provide the following Tasks: Scheduled Maintenance: The Contractor shall respond within 48 business hours of communication from COR or designee for Service Maintenance (SM) scheduling. Phone Support (Technical & Clinical Applications): The Contractor shall be available 24x7 Local (Central) Time. A technical or clinical applications representative shall respond by telephone to Danville VA within 60 minutes of a service call. Extended hardware and software warranty, to include: Extended warranty for replacement hardware in exchange for damaged or non-functional units from normal usage. Extended software warranty for all proprietary software components of the system to ensure they perform in substantial compliance with the documentation. Software Support: Software updates shall occur at a mutually agreeable time. Unlimited telephone support. Unlimited support via approved VPN access. Unlimited remote web support. Software Updates: Automatic updates for new software enhancements, as available. Unlimited Web Training: Unlimited user training by phone or remote web support. System Monitoring: Continuous monitoring of key server and system performance parameters via our automated control center that receives and analyzes server status messages every 30 minutes around the clock (24/7/365). Monthly Flash Report: Monthly flash report provided to top level facility leadership summarizing the appropriateness of the use of the system by facility personnel - intended to allow facility leadership to assess and monitor the facility's ongoing temperature monitoring and temperature management activities and outcomes. Periodic best practices/SOP review via approved VPN access. Performance Analysis and Remote Troubleshooting: Periodic software/hardware diagnostic tests via approved VPN access, with qualitative report if requested. Periodic evaluation of the quality of communication in each link of the communication chain for each hardware device (ie, sensor to repeater, repeater to repeater, sensor to base, and repeater to base) for all equipment via One-VA VPN access, with qualitative report, if requested. Proactive recommendations to improve network/communication within the system Quarterly Escalation Reports: Summarizing escalation settings. Summarizing groups, assigned users, and escalation contact information. SCHEDULED MAINTENANCE: Scheduled Service Maintenance work is required in the performance of this contract and shall be performed during the hospital s regular hours of 8:00 a.m. and 5:00 p.m., local time (Illinois), excluding Federal Holidays, to include any other day specifically declared by the President of the United States to be a Federal Holiday. New Years Day Labor Day Martin Luther King, Jr. Birthday Columbus Day Washington s Birthday Juneteenth National Independence Day Independence Day Veterans Day Thanksgiving Day Christmas Day Memorial Day When one of the above designated Federal Holidays falls on a Sunday, the following Monday shall be observed as a Federal Holiday. When a Federal Holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday by United States Government agencies. If different times shall be needed, this shall be discussed and mutually agreed upon with the Contracting Officers Representative (COR) or the Engineering staff and shall still be considered normal business hours. If work shall be performed outside of mutually agreed normal business hours (If over-time work; See section 7: Scheduled Maintenance for normal business hours), the Contractor shall obtain prior approval at least 24 hours from the COR of the Engineering Department. If such work shall be at the cost of the VA Illiana, a separate purchase order number shall be obtained by the Contractor prior to performing any over-time work. Work shall be scheduled in such as manner as to allow as little disruption to services in all campus buildings affected. DOCUMENTATION/REPORTS At the conclusion of each repair and scheduled maintenance visit, the Contractor shall submit a legal Field Service Report (FSR) acceptable for The Joint Commission purposes. The document shall be maintained by the Contractor and shall be provided electronically (preferably) or delivered to the Biomedical Engineering Office, Building 102, Room 108F to the COR/designee. Each FSR shall include, at a minimum: Name of Contractor Name of FSR IFCAP Obligation Number Contractor service FSR number/log number. Date, time (starting and ending), equipment downtime, and hours on-site for service call. Details of preventative maintenance including steps performed and the results of any tests/performance checks. Description of problem reported by COR/User (if applicable) Identification of equipment to be serviced: ID number, manufacturer's name, device name, model number, serial number, location, and any other manufacturer's identification numbers. Itemized Description of Service Performed including: Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. Total Cost to be billed Signatures: EMERGENCY REPAIR SERVICE Service shall consist of maintaining the equipment in accordance with the Conformance Standards Section. Repair service shall consist of replacing non-consumable parts, calibration, cleaning, oiling, adjusting and maintaining the equipment, except those services necessitated by accident, fire or abuse. The COR and Contracting Officer have the authority to approve/request a service call from the Contractor. Response Time: The Contractor's Field Service Engineer shall respond with a phone call to the COR within two (2) hours after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within 24-hours after receipt of notification and shall proceed progressively to completion without undue delay. Class I Service Incidents: that are large scale issues affecting many or all sensors in the hospital and/or emergency requests shall respond with a phone call to the COR or representative within 1 hour after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within 24-hours after receipt of notification and shall proceed progressively to completion without undue delay. The contractor shall document the incident in a field service report and provide FboNotice cause analysis. Class II Service Incidents: or small-scale issues that affect one or several sensors and/or non-emergency issues affecting system requests shall respond with a phone call to the COR or representative within 2 hour after receipt of notification in an effort to correct the problem by phone. If the problem cannot be corrected by phone, the Field Service Engineer shall commence work (on-site physical response) within 24-hours after receipt of notification and shall proceed progressively to completion without undue delay. The contractor shall document the incident in a field service report and provide FboNotice cause analysis. Class III Service Incidents: are non-critical system requests from the facility (i.e., renaming equipment, additional training sessions, etc.) that shall respond with a phone call to the COR or representative within 24 hours or sooner based on the urgency. NEW EQUIPMENT If new equipment or components shall be obtained, either through new purchase, upgrade or replacement of existing equipment, that equipment may be added (and the replaced equipment removed) from this Service Contract as needed upon notification of the Contracting Officer (to be documented in writing via Contract Modification). Removed equipment shall be credited up until the time of deinstallation and shall be credited in full if removed prior to any maintenance or repair has been performed. PARTS The Contractor shall furnish all non-consumable parts as necessary to maintain the equipment, covered by this contract, in accordance with the Conformance Standards Section. The Contractor stipulates that he/she has ready access to new standard parts (manufactured, supplied by the manufacturer or equal thereto). All parts supplied shall be of current manufacture and have full compatibility with existing equipment. Documentation of intended parts source(s) shall be provided to the Contracting Officer upon request. CHECK IN/CHECK OUT The FSE shall contact Biomedical Engineering at 217-554-5995 ext 45995 prior to performing service at the Danville VA. The vendor shall setup a meeting notice for the period they are on-site, identify a primary Point of Contact (POC) and re-confirm on site work 2 weeks prior. Upon arrival, Field Service Engineers (FSE) shall report to the Danville VA Police Service (Bldg. 102) and acquire a Contractor Badge that shall expire after 12 consecutive hours. Upon receival of Contract Badge, FSE shall report to Biomedical Engineering Service, Building 102, Room 108F to log in during normal working hours. FSE shall return to the same service and building to submit the FSR to the COR for signature during normal working hours, or leave the service ticket at the Police Service after hours, if applicable. All check-ins/check-outs are mandatory. FSE shall always wear visible identification while on the premises of Danville VA and follow all local visitor badging policies. VA Contact person(s): Information to be provided at time of Award via the COR Appointment Memo. Telephone Number & Extension: Information to be provided at time of Award via the COR Appointment Memo. Contractor s Contact person(s):______________________________________. Telephone Number & Extension: ___________________________________. NARA RM REQURIEMENTS Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and shall be managed and scheduled for disposition only as permitted by statute or regulation. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and shall be managed in accordance with Federal law. Electronic records and associated metadata shall be accompanied by sufficient technical documentation to permit understanding and use of the records and data. VA Illiana and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of VA Illiana or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor shall report to VA Illiana. The agency shall report promptly to NARA in accordance with 36 CFR 1230. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government's behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to VA Illiana control or the Contractor shall hold it until otherwise directed. Items returned to the Government shall be hand-carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and VA Illiana guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with VA policy. The Contractor shall not create or maintain any records containing any non-public VA Illiana information that are not specifically tied to or authorized by the contract. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. VA Illiana owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which VA Illiana shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables shall be identified as required by FAR 52.227-11 through FAR 52.227-20. Training. All Contractor employees assigned to this contract who create, work with or otherwise handle records are required to take VA Illiana-provided records management training. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher training. Flow down of requirements to subcontractors The Contractor shall incorporate the substance of this clause, its terms, and requirements including this paragraph, in all subcontracts under this [contract vehicle], and require written subcontractor acknowledgment of same. Violation by a subcontractor of any provision set forth in this clause will be attributed to the Contractor. Equipment List Sensor ID Location Asset Name Sensor 00003036 B58 MICRO MI-4 CO2 SENSOR 3036 MICRO PPM 6640-36345 MI-4 CO2 Sensor 00003034 B58 MICRO MI-3 CO2 SENSOR 3034 MICRO PPM 6640-36346 MI-3 CO2 Sensor 0000B3BF 102 CITC Break Room Exit door 102 CITC Break Room Exit door Sensor 0000C427 102 CITC Office Exit Door 102 CITC Office Exit Door Sensor 0000311A 102-108f Biomed 102-108f Biomed Sensor 0000A6F6 58 Lab Room 131 58 Lab Room 132 Sensor 0000C24F 58 Lab Room 134 58 Lab Room 134 Sensor 0000BC20 58 Radiology CT Equipment Rm 117 H 58 Radiology CT Equipment Rm 117 H Sensor 0000935B 58 Radiology CT Scan Room 117 I 58 Radiology CT Scan Rm 117 I Sensor 0000BC0D 58 SPS ENDO RM 511 58 SPS ENDO RM 511 Sensor 0000bc28 58 SPS ENDO RM. 513B 58 SPS ENDO RM. 513B Sensor 0000BC05 58 SPS ENDO RM. 513D 58 SPS ENDO RM. 513D Sensor 0000BE19 58 SUR ENDO SUITE 510A 58 SUR ENDO SUITE 510A Sensor 0000BD1C 58 SUR ENDO SUITE 510B 58 SUR ENDO SUITE 510B Sensor 0000BD25 58 SUR ENDO 510C 58 SUR ENDO SUITE 510C Sensor 0000C63C 58/2 SPS 205B Sterile Prep Assy 58/2 SPS 205B Sterile Prep Assy Sensor 00006ED1 58/3 Sterile Supply Rm. 346 58/3 Sterile Supplies Rm. 346 Sensor 0000938C 58/5 PACU Surgery Recovery Rm. 514 58/5 PACU Surgery Recovery Rm. 514 Sensor 0000312D 58/5 Sterile Hallway 2 58/5 Sterile Hall 2 Sensor 0000ABAE 58/5 Surgery RME storage 525 58/5 Surgery RME storage 525 Sensor 00003157 58/5 Surgery Sterile Supply 526 58/5 Surgery Sterile Supply 526 Sensor 0000A414 58-139 #1 58-139 #1 Lab Room Temp/Humidity Sensor 0000C28B 58-139 #2 58-139 #2 Lab Room Temp/Humidity Sensor 0000C1F2 58-139 #4 58-139 #4 Lab Room Temp/Humidity Sensor 000097BF 58-139 #5 58-139 #5 Lab Room Temp/Humidity Sensor 0000B3D8 58-404 Ophthamology SPS Clean Room 58-404 Ophthamology SPS Clean Room Sensor 0000C492 BCBOC Clean Utility Supply Rooim 426 BCBOC Clean Utility Supply Rooim 426 Sensor 0000BDEC Bloomington CBOC Lab Blood Draw Rm. 003 Bloomington CBOC Lab Blood Draw Rm 003 Sensor 0000C2E4 Bloomington CBOC Lab Rm. 002 Bloomington CBOC Lab Rm. 002 Sensor 0000C674 Decatur CBOC Lab Draw Rm. SP004 DCBOC LAB Draw Rm. SP004 Sensor 000076F9 Decatur CBOC Lab Room SP202A DCBOC LAB Room SP202A Sensor 0000C697 Decatur Lab Room 202 Decatur Lab Room 21 Sensor 00003156 Decatur CBOC ROOM 220 Sterile Supplies DECATUR ROOM 31 SUPPLY Sensor 00003159 PBX IRM Internal IRM PBX H15 Sensor 00007462 Bldg104-IRM IRM-Server Room Sensor 0000C8E7 Peoria CBOC Lab Rm 1192 Sensor C8E7 LAB Peoria RM 1192 Sensor 0000BBD2 Bldg 58 Rm 136 room temp Lab Room 136 Temp Humid Sensor 0000C698 Mattoon Lab Room 126 Mattoon Lab Room 126 Sensor 00006EBE Bldg 58 RM 253 Medication/IV room Sensor 0000C1B6 Building 58 Room 104 Morgue Morgue 58-104 Sensor 0000C112 NUC MED MAIN B58 RM 121 NUC MED MAIN ROOM C112 Sensor 0000BC18 4 SURGERY 527 OR 527 Sensor 0000BB18 1 Surgery 529 OR 529 Sensor 0000315C Bldg 58 Room 521 OR Bldg 58 Room 521 RME Sensor 0000BB27 Bldg 58 Room 524 OR Bldg 58 Room 524 Sensor 0000311D POPC PHARM MAIN RM 1102 PHARM POPC 311D Sensor 0000395B POPC PHARM VAULT rm 1105 PHARM VAULT POPC 53336 Sensor 00003136 B19 Warehouse Rm Bsmnt Cache Ambient Sens. H15 Pharmacy Cache B19 Sensor 0000315E Bldg 58 Room 423 Procedure Room 58-4 Bldg 58 Room 423 RME Sensor 0000BD15 SCBOC Med Room 133 SCBOC Med Room 133 Sensor 00009C75 SCBOC Med Room 133 SCBOC Med Room 133 - TEST Sensor 000097C2 B58-4 AMB SURGERY 456 *TEST* SIMS B58-4 AMB SURGERY 456 *TEST* Sensor 0000C227 SIMS B58-4 Blood Draw 440 SIMS B58-4 Blood Draw 440 Sensor 00003111 B98 OTPT LAB SENSOR 3111 SIMS B98 1179 OTPT LAB Sensor 0000BB47 Bldg 101 Room 125A SIMS Supply 101-7/8 Bldg 101 Room 125A Sensor 000081D1 Bldg 58 Room 211 SIMS Supply 58-2E Bldg 58 Room 211 Sensor 00003128 Bldg 58 Room 354 SIMS Supply 58-3W Bldg 58 Room 354 Sensor 0000313A Bldg 58 Room 420 SIMS Supply 58-4E Urology Bldg 58 Room 420 RME Sensor 0000312C Bldg 98 Room 1023 SIMS Supply Audio Bldg 98 Room 1023 RME Sensor 00004C2B Bldg 103 Rm 140D Sims Supply Bldg 103 Rm 140D Sensor 00006ECA Bldg 133 Room 129 SIMS Supply Courage SIMS Supply Courage Bldg 133 Sensor 00003114 Bldg 98 Room 2030 SIMS Supply Dental Bldg 98 Room 2030 Sensor 0000839C Bldg 98 Room 2010F SIMS Supply Green/White Bldg 98 Room 2010F Sensor 0000AB9F Bldg 130 Room 119B SIMS Supply Honor Bldg 130 Room 119B Sensor 00003127 Bldg 58 Room 126 SIMS Supply Imaging Bldg 58 Room 126 RME Sensor ID Location Asset Name Sensor 00003132 Bldg 98 Room 2100K SIMS Supply Optometry Bldg 98 Room 2100K RME Sensor 0000315B Bldg 58 Room 205 Back SIMS Supply Primary Back Hall Bldg 58 Room 205 Sensor 0000A832 Bldg 102 Room 113E SIMS Supply Prosthetics Bldg 102 Room 113E Sensor 00008FA7 Bldg 103 Room 113C SIMS Supply PRRTP Bldg 103 Room 113C Sensor 00007461 Bldg 58 Room 310 SIMS Supply Pulmonary Bldg 58 Room 310 RME Sensor 00003165 Bldg 98 Room 2106F SIMS Supply Purple/Aqua Bldg 98 Room 2106F Sensor 00006EC3 Bld BMOPC Rm 1115 SPD supply room 1115 Sensor 00003122 SCBOC Rm 117 SPD Supply Room 117 Sensor 0000B9AD Springfield CBOC Tip Rm R108A Sprinfield CBOC Tip Rm R108A Sensor 0000C8FF Springfield Lab Springfield Lab 113 Sensor 0000BDAB B58 ROOM 202 A-C SPS DECONTAMINATION AREA Sensor 0000C228 TEST LAB Peoria Rm 1192 TEST LAB Peoria Rm 1192 Sensor 0000C1FE 58 Lab Room 133 58 Lab Room 133 Sensor 0000BBFA 58 SPS ENDO RM. 513C 58 SPS ENDO RM. 513C Sensor 00006EBF 58/3 Rm. 330C Cardio Medicine 58/3 Cardio Lab Med Rm. 330C Sensor 0000C1E1 58-139 #3 58-139 #3 Lab Room Temp/Humidity Sensor 00006851 98 Dental Rm. 2040 98 Dental Sterile Supply Rm 2040 Sensor 0000311B 58 Imaging Room 109 Bldg. 58 Imaging Room 109 Sensor 0000C2E3 Bloomington CBOC Lab Blood Draw Rm 004 Bloomington CBOC Lab Blood Draw Rm 004 Sensor 0000C127 Bloomington CBOC Lab Storage Rm. 001 Bloomington CBOC Lab Storage Rm. 001 Sensor 0000880D Decatur CBOC Lab Draw Rm. SP005 DCBOC LAB Draw Rm. SP005 Sensor 00009424 Mattoon Lab Room 128 Mattoon Lab Room 128 Sensor 00009351 OAT/HUM OAT/HUM Sensor 0000A841 B58-1 X-RAY 117K *TEST* SIMS B58-1 X-RAY 117K *TEST* Sensor 0000A827 SIMS B98-2 GREEN/WHITE *TEST* SIMS B98-2 GREEN/WHITE *TEST* Sensor 00006ECC Bldg 103 Room 136A SIMS Supply 103-7 Bldg 103 Room 136A Sensor 0000315D Bldg 58 Room 248 SIMS Supply 58-2W Bldg 58 Room 248 Sensor 0000313C Bldg 58 Room 456 SIMS Supply 58-4W Bldg 58 Room 456 Sensor 00003124 Bldg 58 Room 330F SIMS Supply Cardio Bldg 58 Room 330F Sensor 0000bc08 Bldg 58 Room 512 SIMS Supply Endo Bldg 58 Room 512 Sensor 0000C934 Bldg 60 Room 101 SIMS Supply HBPC Bldg 60 Room 101 Sensor 0000b6cf Bldg 132 Rm 129 SIMS Supply Independence Bldg 132 Rm 129 Sensor 00009796 Bldg 98 Room 1179A SIMS Supply Lab Bldg 98 Room 1179A Sensor 0000312A Bldg 58 Room 121A SIMS Supply Nuc Med Hot Lab Bldg 58 Room 121A Sensor 00003166 Bldg 98 Room 2104F SIMS Supply Podiatry Bldg 98 Room 2104F RME Sensor 0000315A Bldg 58 Room 205 Front SIMS Supply Primary Front Hall Bldg 58 Room 205 Sensor 000086D1 Bldg 98 Room 1101 SIMS Supply Red/Peach Bldg 98 Room 1101 Sensor 00003138 Bldg 58 Room 533 SIMS Supply Surgery Bldg 58 Room 533 Sensor 0000839D Bldg 98 Room 2008F SIMS Supply Tan/Yellow Bldg 98 Room 2008F Sensor 0000c935 Bldg 98 Rm 1124 SIMS Supply Urgent Care Bldg 98 Rm 1124 Sensor 0000a822 Bldg 98 Room 3085 SIMS Supply Women's Clinic Bldg 98 Room 3085 RME N Sensor 00006EBD Mattoon CBOC SPD Supply Room Sensor 00006EC0 Mattoon CBOC SPD Supply room 112 Sensor 00006EC2 Decatur CBOC Med Room 212A SPD Supply Room 17 Sensor 000065A5 Springfield Lab Rm. 114 Springfield CBOC Lab Room 114 Sensor 00003150 Bld 58 Rm 205C SPS Sterile Prep 205C Sensor 00009B6B TEST 510C Humidity TEST 510C HUMIDITY Sensor 00002E65 101-7 144E NFS Fridge 22324 101-7 144E NFS Fridge 22324 Sensor 0000B402 101-7 NFS FREEZER 22324 RM 144E 101-7 NFS FREEZER PPM 22324 Sensor 0000C775 101-8 NFS Nouris Freezer 37111 Rm. 149A 101-8 NFS Nouris Frz 37111 Sensor 0000BB98 101-8 NFS Nouris Ref 37111 Rm. 149A 101-8 NFS Nouris Ref 37111 Sensor 0000B864 103 PRRTP Rm. 140C1 Refrig. 53078 103 PRRTP Rm. 140C1 Refrig. 53078 Sensor 000092E9 103-128C1 PHARM REF 45382 103-128C1 PHARM REF 45382 Sensor 0000CA9A 103-8 Rm 140A Pharm Ref 45396 Backup Sensor 103-8 Rm 140A Pharm Ref 45396 Backup Sensor Sensor 0000B000 58 Lab Micro Rm. 136C UL 41480 58 Lab bio Helmer Ultra-low 41480 Sensor 0000C79E 58 Lab Rm. 136 Helmer Ref 34144 58 Lab Rm. 136 Helmer Ref 34144 Sensor 00002E5A 58 Lab Rm. 136C Helmer Frz 41960 58 Lab Rm. 136C Helmer Frz 41960 Sensor 00002E6A 58-104 Morgue 58-104 Lab Frz EE31748 Sensor 0000C7CB 58-104 Morgue 58-104 Lab Helmer Freezer EE 41961 Sensor 00008E86 58-104 Morgue 58-104 Lab Helmer Ref EE34145 Sensor 00002E62 58-104 Morgue 58-104 Lab Ref EE31748 Sensor 0000C8AF 58-104 Morgue 58-104 MICRO Fridge 7A EE50808 Sensor 00002E6B 58-139 58-139 Lab 3 Door Ref EE20500 Sensor 00002E6F 58-139 58-139 Lab Bloodbank EE53103 Sensor 0000C868 58-139 58-139 Lab Bloodbank Fridge EE54580 Sensor ID Location Asset Name Sensor 0000B840 58-139 58-139 Lab Helmer Ref EE49189 Sensor 00002D87 58-139 58-139 Lab Helmer Ref EE49190 Sensor 00008E82 58-139 58-139 Lab Histology Helmer Ref EE33981 Sensor 00002F7C 58-139 58-139 Lab Water Bath EE24908 Sensor 00002E63 58-139 58-139 Plasma Freezer EE29655 Sensor 00008872 58-5 PACU RECOVERY 22469 58-5 PACU Recovery 22469 Sensor 0000B763 58-7A Lab Basement Fridge 26086 58-7A Lab Basement Fridge 26086 Sensor 0000BC86 58-7A Lab Basement Frz 41962 58-7A Lab Basement Frz 41962 Sensor 00002f7f 58-7A Lab Basement Frdg 36384 58-7A Lab Basement Frz 55427 Sensor 00002D9A 58-7A Lab Basement Rm Temp 58-7A Lab Basement Rm Temp Sensor 000087DF 58-7A Lab Frz 33982 58-7A Lab Frz 33982 Sensor 00002D97 58-7A Lab Helmer Ref 28403 58-7A Lab Helmer Ref 28403 Sensor 0000790B 58-7A Lab Helmer Ref 42078 58-7A Lab Helmer Ref 42078 Sensor 00002d8e 98/1 Lab Blood Draw Rfrg 22463 98/1 Lab Blood Draw Rfrg 22463 Sensor 0000321F 98 Dental Lab Fridge Rm. 2029 98/2029 Dental lab fridge 22456 Sensor 00007A8D 98/3 Pharm Fride Women's clinic 22465 98/3 Womens Clinic Pharm Fridge 22465 Sensor 000092E6 B104 134 WALKIN LOWER FRZ 7 B104 134 WALKIN LOWER FRZ 7 Sensor 0000A0F8 B130 Honor Garage Refrigerator 39361 B130 HONOR GARAGE REFG 39361 Sensor 00009F93 NFS B130 Honor Garage Freezer 39361 B130 NFS HONOR GARAGE FRZ 39361 Sensor 00009F97 NFS B130 Honor Kitchen Freezer 39363 B130 NFS HONOR KITCHEN FRZ 39363 Sensor 0000B2F0 NFS B130 Honor Kitchen Refigerator 39363 B130 NFS HONOR KITHEN REFG 39363 Sensor 00002E6C NFS B130 Honor Pantry Freezer 39363 B130 NFS HONOR PANTRY FRZ 36362 Sensor 000092E7 NFS B130 Honor Pantry Refrigerator 36362 B130 NFS HONOR PANTRY REFG 39362 Sensor 0000ADD3 Valor Med Ref 45395 B131 PHARM 45395 Sensor 0000949F B131 Valor Kitchen FRZ 39360 B131 Valor Kitchen FRZ 39360 Sensor 00008FF7 B131 NFS Valor Kitchen Refrigerator 39360 B131 Valor Kitchen Refrigerator 39360 Sensor 000099D2 B131 NFS VALOR GARAGE FRZ 39364 B131 VALOR NFS GARAGE FRZ 39365 Sensor 00003220 B131 NFS VALOR GARAGE REFG 39364 B131 VALOR NFS GARAGE REFG 39...
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7cc3bc8b208d4c93b465a979c6756a77/view)
- Record
- SN07194261-F 20240901/240830230125 (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 |