New Mexico Bids > Bid Detail

6515--Cardiac Telemetry Monitoring System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159096793158667
Posted Date: May 16, 2023
Due Date: May 23, 2023
Solicitation No: 36C26223Q1086
Source: https://sam.gov/opp/ed728d9813...
Follow
6515--Cardiac Telemetry Monitoring System
Active
Contract Opportunity
Notice ID
36C26223Q1086
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 16, 2023 02:16 pm PDT
  • Original Response Date: May 23, 2023 04:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Department of Veterans Affairs New Mexico VA Healthcare System Albuquerque , NM 87108
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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/RFI 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 334510 (size standard of 1,250 Employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA) VISN 22 Long Beach Network Contracting Office is seeking sources who can possibly provide a cardiac telemetry monitoring system that at a minimum meet the brand name and/or can possibly provide an equal product for the New Mexico VA Medical Center.
Brand Name Information:
Manufacturer & Part Number: The ScottCare Corporation, Part # 101739
Type: TeleRehab VersaCare Telemetry Monitoring System

Manufacturer & Part Number: The ScottCare Corporation, Part # 101799
Type: 21.5 Flat Panel Monitor with Speakers

Manufacturer & Part Number: The ScottCare Corporation, Part # 101895
Type: VersaCare GO with iPads

Manufacturer & Part Number: The ScottCare Corporation, Part # 101861
Type: 27 Touchscreen

Manufacturer & Part Number: The ScottCare Corporation, Part # 100520
Type: SP02 Wristband Monitors

Manufacturer & Part Number: The ScottCare Corporation, Part # 102250
Type: SP02 Receiver

Manufacturer & Part Number: The ScottCare Corporation, Part # 100836
Type: EHRPipe/HL7 BiDirectional Interface Module

Equal-to-Product Information:
Equal-to-Product: Cardiac Telemetry Monitoring System
Possible Capabilities: pacer spike detection, designed to monitor patients during exercise, provides patient vital signs (ECG waveforms, heart rates, and pulse-oximetry), individualized patient parameters for arrhythmia
Equal-to-Product: 21.5 Flat Panel Monitor with Speakers
Possible Capabilities: viewing patient data
Equal-to-Product: Computer Tablet
Possible Capabilities: mobile workstation allowing a provider who is away from the main workstation to monitor patients
Equal-to-Product: 27 Touchscreen
Possible Capabilities: viewing patient data
Equal-to-Product: Wristband Monitors
Possible Capabilities: wearable patient monitor recording and transmitting data
Equal-to-Product: Receiver for Wristband Monitor
Possible Capabilities: receives and processes data from wristband monitors
Equal-to-Product: EHR / HL7 Bi-directional Interface Module
Possible Capabilities: bi-directional interface allowing data communication between the VA EHR (Electronic Health Record) and the monitoring software
Salient Characteristics:
Must be a cardiac telemetry monitoring system designed to monitor patients during exercise
Must be able to monitor patient vital signs remotely using mobile cardiac telemetry
Must be able to capture patient vital signs accurately even in low-perfusion and high-motion conditions
Must be able to continuously and automatically record and transmit data (i.e., patient vital signs) allowing the provider to assess the patient
Must provide clear ECG waveforms, accurate heart rates, and pulse-oximetry
Must be able to electronically store ECG strips without leaving a patient s side
Must alert providers if arrhythmia is detected based on a patient s individualized parameters
Must have built-in security features that ensures HIPAA compliance
Must have customizable patient display options
Must be able to accurately count heart rate that includes highlighting pacer spikes
Must utilize independent patient wire hook-ups to reduce replacement rate
Must be able to configure the system to connect with VistA (a VA-wide implemented system) via HL7 (Health Level 7)
Must be able to ensure that the telemetry frequency does not interfere with the existing telemetry systems in use at the New Mexico VA Healthcare System
Patient transmitter must not exceed 4 x 3 x 2 for size and 5 ounces for weight to ensure patient comfort
Main system must include, but is not limited to, the following: 16 or more patient telemetry transmitters with receivers, a workstation that includes an operating system compatible with the VA network, an LCD monitor and/or touchscreen, a software license, a webcam, a printer, a network card, remote service (e.g., VPN), antenna kit, and any other components needed (e.g., cables)
Must be compatible with and come with mobile workstations (i.e., computer tablets) allowing a provider who is away from the main workstation to monitor patient(s)
Must be compatible with and come with wristband-style patient monitors and receiver

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.
If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(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 in this RFI?
(3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated/authorized 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 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 sub contract 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 a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number.
(8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.
(9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items
(10) Please indicate whether your product conforms to the requirements of the Buy American Act?
(11) 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.
(12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items" meet all the salient characteristics.
(13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(14) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to Bridgett.Sharma@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, May 23, 2023, by 4:00 PM PST.
All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement.
Responses to this Sources Sought/RFI notice is not considered 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
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 16, 2023 02:16 pm PDTSources 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 >