New Mexico Bids > Bid Detail

6515--Philips - Physio Monitors and Equipment

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159167704212980
Posted Date: Jun 29, 2023
Due Date: Jul 12, 2023
Solicitation No: 36C26223Q1348
Source: https://sam.gov/opp/07512b7339...
Follow
6515--Philips - Physio Monitors and Equipment
Active
Contract Opportunity
Notice ID
36C26223Q1348
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: Jun 29, 2023 11:41 am PDT
  • Original Response Date: Jul 12, 2023 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 11, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs New Mexico VA Medical Center Albuquerque , NM 87108
    USA
Description
THIS REQUEST FOR INFORMATION (RFI) 36C26223Q1348 -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).
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard is 1,000 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Philips Physio Monitors that at a minimum meets the following salient characteristics in the Statement of Work/ Minimum Technical Requirements for the Department of Veterans Affairs Loma Linda Healthcare System

Line Item
Description/Part Number
Quantity
Unit
Unit Price
Amount
0001

PATIENT INFORMATION CENTER IX EXPAND

INCLUDES: 12L 12-LEAD ECG (6 EA) 1X4
PIC IX ENTERPRISE (6EA) NEW NEW ADD ON
OR EXPAND (1 EA) NTP NETWORK (6 EA)
PRO PRO (6 EA) RV4 PIC IX SOFTWARE
RELEASE 4 (1 EA)

ITEM NUMBER: 866390_1XC

1
EA
Â
Â
0002

PIC IX HARDWARE

INCLUDES: NEW HARDWARE OR OS RV4 PIC
IX 4 HS1 PC HARDWARE WITH SSD
eCMS Item Line ID 32368368

ITEM NUMBER: 866424-5

1
EA
0003
INTELLIVUE MMX SL1 MX450 STANDARD
MONITOR

ITEM NUMBER: 866062_NAM

6
EA
0004
INTELLIVUE MMX SP6 NELLCOR OXIMAX
SPO2

ITEM NUMBER: 867036-2

6
EA
0005
5 LEAD ECG TRUNK, AAMI/IEC 2.7M

ITEM NUMBER: 989803145061

6
EA
0006
5 LEADSET, GRABBER, AAMI, ICU

ITEM NUMBER: 989803125841

6
EA
0007
ADULT NIBP AIR HOSE 3.0M

ITEM NUMBER: 989803104341

6
EA
0008
DISPLAY: 23"HP, NON-TOUCH, 1920X1080

ITEM NUMBER: MXU0295

1
EA
0009
UPS: RACK, PC, 6 OUTLETS, 500VA, 1U

ITEM NUMBER: 989805700057-15

1
EA
0010
MOUNT: CPU, UNDERDESK, 360 DEGREE
SWIVEL

ITEM NUMBER: 989805710251

1
EA
0011
CABLE: HW, MATS, LABOR, TENT, TEST

ITEM NUMBER: 989803208601

7
EA
0012
CABLE: PATCH CABLE, COPPER, UP TO
10'

ITEM NUMBER: 989805710074

14
EA
0013
LABOR: STANDARD TIME

ITEM NUMBER: 989805710138

20
HR
0014
VHM-PL ARM W/8" EXT., LOCKING
HANDLE

ITEM NUMBER: 989805710345-15

6
EA
0015
HOOK: VHM, M-SERIES, 4 HOOK

ITEM NUMBER: 989805710228

6
EA
0016
WALL CHANNEL: 19" SEISMIC

ITEM NUMBER: MXU0175-1

6
EA
0017
NETWORK: HARDWIRED (PER BED)

ITEM NUMBER: MXU0523

6
EA
0018
PROJECT MANAGEMENT SERVICES ONSITE

ITEM NUMBER: MXU0577

9
EA
0019
CLIN CONFIG & IMP: 1 STANDARD SHIFT

ITEM NUMBER: 989803216591

2
EA


TOTAL
Â

Include shipping cost on the items price.
Vendor Requirements:
Period of Performance is within 60 days after award. (PLEASE ADVISE IF MORE TIME IS NEEDED)
Vendor shall quote all items under this requirement.
Vendor shall meet the Salient Characteristics in the Statement of Work (SOW).
Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below.
-------------------------------------------------------------------------------------------------------------------------------







STATEMENT OF WORK (SOW)
2023-03-14

2. Contract Title.
New Mexico VA Health Care System Patient Physiological Monitoring- Ketamine Infusion Clinic, 3A-148.
3. Background.
The New Mexico VA Health Care System (NMVAHCS) has replaced it s old telemetry and associated physiological monitoring system with a new system by Philips. The system has already been implemented in the GI Clinic and new Step Down Unit [SDU] on 4A, and will be installed in multiple other units in the hospital, such as ASU, PACU, ASC. The replacement was required in order to meet the minimum hardware and software systems
A new clinical requirement for a Ketamine infusion clinic was determined to be necessary by the Executive Leadership Team and approved by the Hospital Director after the initial replacement was already in progress. This new clinical requirement for Veteran health and life safety is an additional need that needs to be seamlessly integrated into the existing current Philips system
The justification for the monitoring system is for Patient Safety/Life Safety related to treatments/medications given to patients. The medications are in the controlled substance group and relieve the side effects during the infusions. During the administration of these substances and medications, the patients must be monitored closely to identify any immediate interventional needs. This includes monitoring of vital signs (heart rates) and respiration rates.

4. Scope.
The current Philips physiological monitoring System will be expanded into the new Ketamine Infusion Clinic, physically located in Building 41, 3A-148 at the NMVAHCS. This expansion will support 6 patients at a single time and shall seamlessly integrate into the current Philips Patient Physiological Monitoring systems.

Only Philips Patient Physiological Monitoring equipment and software is compatible with and can be used in a single system that combines it all together to maintain Veteran health and life. It would be both detrimental to Veteran medical care as well as not cost effective to have 2 separate systems that would not seamlessly integrate and communicate with each other.

Service POC: Melissa Mackay, Nurse Manager, ASU/PACU/ASC
Office (505) 265-1711 ext. 4811 RM 3D-135; Melissa.Mackay@va.gov; Cell (505) 400-7243

5. Specific Tasks.
The vendor shall provide a full Physiological Monitoring solution that integrates and is compatible with the current Philips Telemetry Monitoring system and Patient Physiological Monitoring system in Building 41 at the NMVAHCS. With this system being an expansion of the current Philips Patient Information Center PIC iX Enterprise System, all equipment and vendor provided items must be compatible for the new Ketamine Infusion Clinic, 3A-148 in Building 41.
The vendor shall provide the following:
Coordination of all tasks below with the medical center to ensure minimal impact on patient care.
Perform Wireless Access Point Design and Assessment prior to beginning any installation
Expansion of Wireless Coverage on Ketamine Infusion Clinic, 3A-148 Expansion Notes Document.
This performance metric is to determine the amount of Access Points required to support coverage of the Ketamine Infusion Clinic, 3A-148 Expansion.
Provide all necessary Philips Intellivue approved Physio Monitoring equipment and services to expand into the Ketamine Infusion Clinic, 3A-148 Building 41 at the NMVAHCS:
(1) Patient Information Center [PIC] iX Expansion Enterprise server.
(6) IntelliVue MX450 US SL1 MX450 Standard Monitors.
(6) IntelliVue MMX - SP6 Nellcor OxiMax SpO2 sensors.
(1) Display: 23" HP, Non-Touch, 1920x1080
Associated installation hardware.
Software and Licenses (Computers, Sectors)
Provide all cable runs and data drops in accordance with VA and NMVAHCS policies and procedures (ICRAs, Above Ceiling Work Permits, etc.)
All hardware and accessories for a complete system.
All cabling and accessories to provide a complete and functional system
All above ceiling cabling runs shall be tie-wrapped and placed in telephone/data trough, in a conduit, or properly routed through interstitial area per hospital facilities requirements and local electric codes.
All vertical runs shall be multi-strand fiber.
Cables shall be bundled neatly and in a professional manner especially when cables converge at network hardware.
Cables shall be marked at each end indicating the termination point of the other end. Cabling shall also be labeled approximately every fifteen (15) feet with both locations of termination points.
Cabling color shall match the currently installed physio monitoring network color.
Network cabling, terminations, and any patch panels used shall be a minimum CAT6 certified.
All cables shall be terminated to TIA/EIA 568-A standards.
Any cable run through plenum space shall be plenum rated according to NEC and applicable fire codes.
All cable runs shall be tested and certified in accordance with TSB-67 and TIA/EIA 568-A or latest TIA/EIA Revisions
Provide an estimated schedule timeline for all required tasks to implement the expansion.
Drawings that indicate the location of the monitoring devices will be provided for the Medical Center.
The system will be configured to view patients throughout the hospital or care areas.
Any connections to the VA OI&T network shall be compliant with VA Directive 6500 and 6550.
Any offsite server or network maintenance or support provided by the Offeror can only be done via VPN access after the Offeror has obtained the VPN access from the VA.
A Business Associates Agreement (BAA) and Memorandum of Understanding/Interconnection Security Agreement (MOU/ISA) will be required.
All networking hardware shall be rack mounted in rooms designated by Facility Project Manager or COR
Provide a complete solution to implement the Ketamine Infusion Clinic, 3A-148 Philips Physiological Monitoring in accordance with VA and NMVAHCS policies and procedures.
Provide completed Network and cable ran drawings.

Clinical Training
The successful Offeror shall provide training for all shifts in care environments where Patient Physiological Monitoring systems are installed. This will require more than one training session per shift, no more than three weeks prior to new installation or system upgrades. Training would include initial setup and user training; onsite training for go-live support, super user training and follow-up training. Offeror shall detail training plan in proposal. Online training and CD training materials shall be provided at no additional charge. Completion certificates shall be provided upon completion of training.
Biomedical Engineering Service Training
Biomedical Training Package - Include a list of all prerequisite classes, equivalent to what OEM field service reps receive. Offeror shall provide all service manuals, schematics, diagrams, diagnostic software and hardware keys equivalent to what OEM field service reps have available to diagnose, troubleshoot, repair and maintain the equipment. Travel expenses for VA personnel training shall be provided by offeror, including airfare, hotel, and government rate per diems. This training will occur at an Offeror designated location.
Specific Physiological Monitoring for Philips Patient Physiological Monitoring systems to be provided.

5.1 Task 1 - Enterprise Management Controls.
Documentation

5.1.1 Subtask 1 - Integration Management Control Planning. Provide the technical and functional activities at the required level for integration of all tasks specified within this SOW. Include productivity and management methods such as quality assurance, progress/status reporting and program reviews. Provide the centralized administrative, clerical, documentation, and related functions.

5.1.2 Subtask 2 - Contract Management. Prepare a Contract Management Plan describing the technical approach, organizational resources, and management controls to be employed to meet the cost, performance, and schedule requirements throughout Contract execution. Provide a monthly status report monitoring the quality assurance, progress/status reporting and program reviews applied to this contract.

6. Performance Monitoring
The Agency shall oversee work done by the contractor and accept the quality of work as appropriate.
Include the appropriate risk designation of the contractors based on the PDAT determination.
Incorporate the security clause (Appendix B) into the contract involved and the appropriate security/privacy language outlined in Appendix C into the solicitation.
Determine if protected health information is disclosed or accessed and if a BAA is required.
Vendor shall provide checklist of installation requisites and obligations upon installation completion.

7. Security Requirements
Security Requirements for Unclassified Information:Â The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract.
The contractor shall have physical administrative access to the equipment included in this contract.
The contractor shall not have access to VA sensitive information, thus the C&A requirements do not apply, and that a Security Accreditation Package is not required.
Contractors who have access to protected health information (PHI) in the performance of their official duties or have access to VA systems shall take the Privacy and HIPAA Focused Web-Based Training.
The Contract shall inform the COR prior to adding or removal of equipment along with providing documentation for both equipment added or removed.
The Contractor shall not remove any hard drives off station. All hard drives shall be turned in to the COR.
Records Management Language for Contracts. The following standard items relate to records generated in executing the contract:
Citations to pertinent laws, codes, and regulations such as 44 U.S.C. chapters 21, 29, 31, and 33; Freedom of Information Act 5 U.S.C. 552; Privacy Act 5. U.S.C. 552a; 36 CFR Part 1222 and Part 1228.
The Contractor shall treat all deliverables under the contract as property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as determined to be in public interest.
The Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
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 by the Freedom of Information Act.
The Contractor shall not create or maintain any records containing any government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced from this contract.
The Government Agency owns the rights to all electronic information and all supporting documentation created as part of this contract. The Contractor shall deliver sufficient technical documentation with all data deliverables to permit the Agency to use the data.
The Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format, mode of transmission, or state of completion.
No disposition of documents shall be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage, or alienation of Federal records is subject to the files and penalties imposed by 18 U.S.C. 2701. Records shall not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
The Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship in support of this contract requiring the disclosure of information, documentary material, and/or records generated under or relating to this contract. The contractor is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
No photography of VA premises is allowed without written permission of the Contracting Officer.

8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
The NMVAHCS will provide access to and escorts into the necessary hospital locations as required.

9. Other Pertinent Information or Special Considerations.
All Service Personnel shall be factory certified or work closely monitored and approved by Philips.
a. Identification of Possible Follow-on Work.
warranty and phone support included in original contract.
b. Identification of Potential Conflicts of Interest (COI).
All Bidders shall inform the NMVAHCS of any COI that may exist where the nature of the work to be performed may, without some restriction on future activities, (1) result in an unfair competitive advantage to the contractor or (2) impair the constrictor s objectivity in performing the contract work
c. Identification of Non-Disclosure Requirements.
All sensitive or proprietary information needed or supplied for this project is not be disclosed with any Vendor, agency, or person outside of the NMVAHCS staff and vendor installation team, expect as required by Federal Law. Information disclosed to NMVAHCS staff and vendor installation team will be limited to only the information needed for the successful performance of the duties required by this installation.
d. Packaging, Packing and Shipping Instructions.
The contractor shall provide the required shipping materials (box and packaging materials) to ensure the sensitive equipment is securely packed. These shipping material costs shall be included in the overall shipping quote provided to the Government.
e. Inspection and Acceptance Criteria.
Equipment and service support services shall be monitored by the NMVAHCS COR (and/or designee) along with contractor representatives to ensure all aspects of the contract are being met.

10. Risk Control
The NMVAHCS is an active hospital and therefore will require consideration to those areas with patients and staff. Risk control procedures must be followed in accordance with VA and NMVAHCS policies and procedures.

11. Place of Performance.

NMVAMC Ketamine Infusion Clinic, 3A-148.
1501 San Pedro Dr SE
Albuquerque, NM 87108

12. Period of Performance.
Upon award.

13. Delivery Schedule.
Upon Award
(1) Please indicates 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), Hub zone, 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 re 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 regard to the salient characteristics/Minimum Technical Requirements 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 Jose.espinoza3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 07/12/2023, at 11:00 AM PST. Please submit any questions or concerns via email to Jose.espinoza3@va.gov no later than 07/06/2023. 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. Please reference (RFI) 36C26223Q1348, Philips Physiological Monitors.
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
  • Jun 29, 2023 11:41 am 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 >