West Virginia Bids > Bid Detail

6515--NCare Recording System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159912231203091
Posted Date: May 15, 2023
Due Date: May 22, 2023
Solicitation No: 36C24523Q0644
Source: https://sam.gov/opp/7f9a60e5bb...
Follow
6515--NCare Recording System
Active
Contract Opportunity
Notice ID
36C24523Q0644
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 15, 2023 09:07 am EDT
  • Original Response Date: May 22, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 01, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Louis A Johnson VA Medical Center Clarksburg , WV 26301
    USA
Description
Responses must be received no later than Monday, May 22, 2023, at 12:00PM EST.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
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. IAW FAR 15.201(e), 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide an NCARE Recording System for the Louis A. Johnson VA Medical Center.

ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

4.00
EA
__________________
__________________

NCARE, REC, SINGLE, DVI EIL: 432, CSN: 6515-438314, NXA-NX PLAN-SURGERY-RECORDER, PHYSIOLOGICAL
LOCAL STOCK NUMBER: ISM-1006540
0002

1.00
EA
__________________
__________________

NCARE, REC, DUAL, DIR SDI & DVI EIL: 432, CSN: 6515-438314, NXA-NX PLAN-SURGERY-RECORDER, PHYSIOLOGICAL
LOCAL STOCK NUMBER: ISM-1006541
0003

7.00
EA
__________________
__________________

VAULTSTREAM CONTENT MANAGEMENT LICENSE
LOCAL STOCK NUMBER: ISM-1010008
0004

1.00
EA
__________________
__________________

VaultStream Server Identification Key
LOCAL STOCK NUMBER: VSS-ID-KEY
0005

1.00
EA
__________________
__________________

Install new VSS Production Server
LOCAL STOCK NUMBER: VSS-INST-NEW-SVR


Statement of Work (SOW)

1.0 General

1.1 Background

The Louis A. Johnson VA Medical Center (LAJVAMC) requires a method to collect and store the videos and images taken during OR scope and ENT procedures. This procurement will include the data collection devices, the software, as well as server software and licensing.

1.2 Objective

This acquisition will install data collection devices at LAJVAMC to assist with the collection and storage of videos and images taken during scope and ENT procedures.

1.3 Scope of Work
The key elements of this requirement are that the contractor will provide

Implementation
Qty 4 ISM-1006540 : NCARE, REC, SINGLE, DVI
Qty 1 ISM-1006541 : NCARE, REC, DUAL, DIR SDI & DVI
Qty 7 ISM-1010008 : VAULTSTREAM CONTENT MANAGEMENT LICENSE
Qty 1 VSS-ID-KEY : VaultStream Server Identification Key
Qty 1 VSS-INST-NEW-SVR : Install new VSS Production Server

Training for all shifts of clinical staff and physicians will be provided

1.4 Period of Performance

The period of performance of this contract is within 180 days of the date of the award.

1.5 Place of Performance

Louis A. Johnson VAMC.
1 Medical Center Drive
Clarksburg, WV 26301
Specific Requirements/Tasks

2.1 General Requirements
Provide program software that allows department to access and view stored images.
New units will be delivered, assembled, and installed by the contractor

2.2 General Install Requirements

2.2.1 Installation:
Installation shall take place within 180 days of contract award date.
Navigation will consist of overlapping laser, sonar, and infrared sensors
Navigation will incorporate all inpatient care areas to include the emergency department
Programing of the remote command center
All hardware will be installed and operational in accordance with manufacturer s
specifications and VA IT requirements.

2.2.2 The robot shall be set-up:
The robot will have secured integrated drawers using biometric and a pin code

2.2.3 Training:
Training shall be provided by the installation technician.
Training shall be scheduled for all shifts.

2.2.4 Test and Acceptance:
Contractor shall test all equipment after installation. The
government shall accept equipment once installation and successful testing has been
completed and approved.
2.2.5 Warranty/Service Contract:
All equipment and materials shall come with a standard
one-year warranty. Warranty shall begin after installation of equipment and completion of
tests.
3.0 Delivery or Deliverables
The Contractor will deliver the following:
Qty 1 Implementation
Qty 4 ISM-1006540 : NCARE, REC, SINGLE, DVI
Qty 1 ISM-1006541 : NCARE, REC, DUAL, DIR SDI & DVI
Qty 7 ISM-1010008 : VAULTSTREAM CONTENT MANAGEMENT LICENSE
Qty 1 VSS-ID-KEY : VaultStream Server Identification Key
Qty 1 VSS-INST-NEW-SVR : Install new VSS Production Server

Training for all shifts of clinical staff and physicians will be provided

4.0 Other Contract Requirements
4.1 MANUALS:
Operator manuals and Service manuals will be provided to the Louis A. Johnson VAMC per this contract.
4.2 REPORTING REQUIREMENTS:
The contractor shall report to Biomedical Engineering to "check-in" upon arrival and prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). The FSE shall be required to check out with the Biomedical Engineering Department (location to be specified at time of contract award) and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature." If the COR is unavailable, a signed accepted copy of the ESR will be sent to the COR within 5 business days of work completion.
FAILURE TO COMPLY, EITHER IN WHOLE OR IN PART, WITH EITHER THE NOTIFICATION OR ESR REQUIREMENTS WILL BE DEEMED SIGNIFICANT NON-COMPLIANCE WITH THE CONTRACT AND MAY BE JUSTIFICATION FOR TERMINATION OF THE CONTRACT.
4.3 ADDITIONAL CHARGES:
There will be no additional charge for time spent at the site during, or after the normal hours of coverage awaiting the arrival of additional FSE and/or delivery of parts.
4.4 COMPETENCY OF PERSONNEL SERVICING EQUIPMENT:
A. Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup.
B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Covered Equipment and Systems Section. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to scheduled and unscheduled preventive and remedial maintenance on equipment identified in Covered Equipment and Systems Section.
C. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAMC. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAMC equipment.
4.5 TEST EQUIPMENT:
Prior to commencement of work on this contract, the contractor shall make available if requested t a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard.
4.6 IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS:
The contractor's FSE shall always wear visible identification while on the premises of the VAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court.
4.7 COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD:
The contractor shall comply with the Federal/California OSHA Bloodborne Pathogens Standard. The contractor shall:
A. Have methods by which all employees are educated as to risks associated with bloodborne pathogens.
B. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens.
C. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens.
D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for the employee during performance of the contract.

(1) 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.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, May 22, 2023, 12:00PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 15, 2023 09:07 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >