Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 26, 2023 SAM #7730
SOURCES SOUGHT

65 -- Brand Name Howard Medical - Medical Grade Workstation on Wheels

Notice Date
1/24/2023 9:50:17 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0369
 
Response Due
1/26/2023 12:00:00 PM
 
Archive Date
02/05/2023
 
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 FY23. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as 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. This is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a solicitation. VA Pittsburgh Healthcare System (VAPHS) STATEMENT OF NEED AND GENERAL SPECIFICATIONS FOR Howard Medical HI-Care E Plus Cart Background Our University Drive Campus is in the process of remodeling our 5 east unit to turn this into a fully functional surgical clinic for outpatients procedures. The goal is to have this wing fully functional and operational by the end of March 2023. With this we are requesting replacements for our aging and failing equipment to ensure we are providing the Veterans with the best possible care by ensuring we have the latest available technology and equipment. Specifications Five fully functional Howard Medical HI-Care E Plus Carts With the Following Specs: Central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, height adjustments, and light controls. PowerMax 150 with 655 Whr (51.2 ah) Lithium Iron Phosphate power system - Rechargeable, high-efficiency power system; for powering devices up to 150W (150VA); 20A charger; 120VAC true sine output; features: - High output efficiency (85%) - Reusable air filter minimizes dust ingestion, improves reliability - Long battery life; high cycle life - Fast charging (100% recharge in about 2.8 hrs) - Lightweight 13.2 lb Battery Motorized work surface height adjustment - without storage cabinet: 32.5"" sitting to 47.6"" standing - with 2-tier storage cabinet: 32.5"" sitting to 47.6"" standing - with 4-tier storage cabinet: 34.1"" sitting to 47.6"" standing LCD VESA monitor mount with motorized height adjustment (5.25"" range). - Monitor mount for 75 or 100mm VESA, includes tilt and swivel motions, supports vertical or horizontal monitor orientation Large work surface area (17""W x 14.3""D) with translucent protective cover Large, fan cooled, Electronic Locking PC compartment (17.1""W x 12.5""D x 3.2""H) (4) 5"" premium casters with 2 locking casters on front Electronic Steer Assist Technology, push button on console activates rear casters tracking system for effortless steering Ergonomic adjustable push handles w/ soft-touch grip on front of cart and wrap around handle on sides and rear Slide-out keyboard tray with positive and negative tilt feature and integral wrist rest. - Max keyboard dimensions (18.2"" W x 7.5"" D x 1.6"" H) Mouse surface and mouse pouch on left or right side of keyboard LED keyboard light with multiple brightness levels. LED Work Surface light with adjustable brightness. White or red hue. LED Med Drawer Light with manual on/off illuminates area below the keyboard tray Integral AC power distribution with 6 AC receptacles for powering equipment Universal accessory mounting locations on rear of cart and on monitor mount Minburn Technology Group, LLC Response to RFQ Howard Medical Pittsburgh VAMC Page 3 of 6 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this document. Cable management area with easy access panels to manage and house excess cables 8ft two-section coiled power cord with hospital-grade AC plug, dual integrated hooks, and replaceable plug section Cart overall size 21.4""W x 23.3""D, Base foot print 19"" W x 20"" D Foot rests on front legs to help reduce fatigue Anti-microbial agents in touch surfaces to help reduce the spread of certain bacteria Tool-less, snap on, battery cover Standard gray/white color scheme Cart and cart accessories ship fully assembled in one box for convenience Includes select software from our Mobile Care suite 3 Year Standard Warranty WARRANTY: HI-Care E Cart, 3/3/3/3 Standard Warranty - For more information about Howard Medical warranties, visit us online at http://www.howard-medical.com/warranty.cfm or call us at 888.323.3151. 3 Years on Mechanical Components 3 Years on Electrical Components 3 Years on Lithium Battery Defect 3 Years on Lithium Battery Performance 2TEDME2B_00: HI-Care E Two-Tier Electronic Locking Storage Cabinet - Provides configurable secure storage Cabinet is installed onto the cart frame below the keyboard drawer Patient bins are in quick swap interchange cassettes Programmable secure access to all drawers and patient bins via cart's control console. Independent bypass key for emergency access. Automatic relock with adjustable timer, relock timer displays via Med Display Audible indicator for code entry confirmation Supports up to 2000 unique user IDs (3-8 digits) Local management of user IDs and locking system settings via Med Display Remote management available using Med Manager User ID and time and date of each unlock event is stored in an audit log Locking system status displayed by LED's on the cart console Powered by cart power system 2TEDM1X: Two-Tier Electronic Locking Storage Cabinet Row 1 Selection - (1) Removable Two-Tier Cassette with (1) Patient Bin filling rows 1&2 - Bin Measures 12 W x 5.25 H x 11 D - Interlocking dividers included MONITOR012: Monitor, 24', White - Monitor, full 24 diagonal viewable size, white housing, 1920x1080 resolution BARCODE090: Barcode Scanner Mount Kit for Universal Wireless or Tethered Scanners - Scanner mounting adapters that may be configured to support multiple types and models of handheld barcode scanners. Attaches to VESA pattern behind the monitor and places scanners just behind the right edge of the monitor, but within the cart footprint for protection. Universal Wireless mount supports the following brands and models: Honeywell 1902 Motorola DS6878HC-FIPS (not non-FIPS) Code 2700 (may limit LCD swivel range) Datalogic GBT4100 & GBT4400 Intermec SG20 Zebra DS8178-HC (with upright standard base/Presentation Cradle) Universal Tethered Scanner mount supports most handheld barcode scanners having a gun-style form factor. Scanner, Charger Base, or Cabling not included WIRELESS023: Antenna mounting bracket for DELL Optiplex models external puck aerial antenna Minburn Technology Group, LLC Response to RFQ Howard Medical Pittsburgh VAMC Page 4 of 6 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this document. extension. Bracket mounts to top two holes of cart LCD VESA, placing antenna behind monitor at top central location for best reception and free from interfering with monitor arm or behind the monitor mounted accessories or devices. OTHER060: Cord, 16/3, coiled polyurethane jacket, 20ft, approx 48in retracted, hospital grade, Nema 5-15 end to tri-colored anderson connector. For use on Care E and X carts. KBD041: Keyboard, Full Size, White, USB, Washable, Anti-Microbial - Keyboard installed on Cart, Howard Brand, installed on Cart, White, antimicrobial, washable, 104 key, USB connection, 17.5 x 6 x 1 . MOUSE013: Mouse, washable, white - Mouse, Howard Brand, Optical, waterproof, antimicrobial, white, 3-button with scroll, USB connected WKSFC104: Integration Kit, Universal - Includes mounting hardware to allow installation of SFF and AIO PC. Kit Includes: 1ea - Monitor Spacer Kit 4ea - Adhesive Backed Rubber feet 1ea - USB 2.0 Extension M/F Cable 10"" - 3M Dual Lock Adhesive Back 6ea - 4"" black cable ties 6ea - 8"" white cable ties 6ea - 8"" black in-line cable ties Labels Sheet Integration Kit Guide PCOPT019: 7 Port USB Hub Hub is factory installed in PC compartment at rear inside wall, below the LCD arm, and provides ample number of USB device expansion ports ARMACR005: Mini Waste Bin with Cradle, Rear of Monitor Arm - Bin Measures 4.5 W x 5 L x 8.5 H Includes mini waste bin and metal frame DELL 7080 XE: DELL 7080: OptiPlex 7080 Micro XE 10th Generation Intel Core i7- 10700T (8-Core, 16MB Cache, 2.0 GHz to 4.5 GHz, 35W) 16GB (1x16GB) DDR4 non-ECC Memory M.2 512GB PCIe NVMe Class 40 Self Encrypting Opal 2.0 Solid State Drive Intel Wi-Fi 6 AX201 3 Year ProSupport Flex with Next Day Business Onsite, 24x7 Technical Support, Keep Your Hard Drive BARCODE SCANNER: Enhanced Honeywell-based 1952HHD Cordless BCMA Firmware Scanner kit: Includes BCMA Firmware, setup card, FIPS 140-2, USB, 3 year Comprehensive warranty (TCG1902-1LC3) with TCG EWP Warranty Protection. SIGNATURE PAD: ePadlink ePad Electronic Signature Capture Pad - USB, Serial - 3.50'' x 2.09'' Active Area CARD READER: CHERRY, PALE GREY WITH BLACK BASE, PCSC, EMV SMART CARD READER, USB, CAC AND FIPS, 201 CERTIFIED, TAA COMPLIANT Power Manager Power Manager is a powerful web based tool for remote monitoring and management of cart power systems on your entire fleet of Howard Medical carts. The application runs as a web service allowing easy access by an administrator anywhere on your network via a web browser. Carts on your network will automatically 'call home' to Power Manager, announce themselves and request to be managed and then periodically call home. Power Display Power Display is a web based tool that runs on the local computing device on each cart providing direct access to power supply data as well as communication with Power Manager. Power Display also provides a small on-screen battery fuel gauge that displays real time battery capacity and charging state. Med Manager Med Manager is a powerful web based tool for remote management of cart settings and med drawer access permissions on your entire fleet of Howard Medical carts. The Minburn Technology Group, LLC Response to RFQ Howard Medical Pittsburgh VAMC Page 5 of 6 Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this document. application runs as a web service allowing easy access by an administrator anywhere on your network via a web browser. Med Display Med Display is a Windows application that runs on the local computing device on each cart providing direct access to local med drawer cabinets, cart settings, audit records, and drawer calibration. The Med Display background service, which is transparent to local users, handles communication with Med Manager and periodically 'calls home' to report any new audit data and retrieve any pending cart updates. PROSERV002: In-Factory Integration (Standard Comprehensive Integration) - Howard Medical will integrate all medical carts in our manufacturing facilities prior to shipping them to the customer. Said In-Factory Integration will include but is not limited to: Integration of computing devices, monitors, keyboards, mice, and accessories purchased from Howard Medical Delivery Location Delivery should be coordinated with the COR of the contract prior to shipping of any equipment UD Delivery Attn: Scott Deluisio / Steven Young VA Pittsburgh Healthcare System University Drive C, Room 2A118 Pittsburgh PA 15240 412-360-3508 Scott.deluisio@va.gov The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number Training Any training scheduled should be coordinated with the COR and VA staff. Additional Charges There will be no additional charges with the waste management protocol listed in section 8. Packaging Waste management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. 7. Influenza Vaccination VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical, and administrative, paid, and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers, and trainees who work in VHA locations. HCP covered by the policy are expected to receive annual influenza vaccination. This requirement is extended to all Contractor personnel with potential to come into minimal contact (passing in the corridor) with any patients, visitors, or staff members at VAPHS. Those individuals unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. It is the responsibility of the contractor to ensure that all contract staff is compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: - Documentation of vaccination, e.g., signed record of immunization from a health care provider or pharmacy, or a copy of medical records documenting the vaccination. - Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccine. The contractor is required to submit annual certification in the form of a memorandum to the Contracting Officer s Representative (COR) that all contract staff performing services at VA facilities follows VHA Directive 1192. 8. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. 9. Tobacco All VA Pittsburgh property is tobacco free. Contractor personnel will comply with VA Pittsburgh tobacco and smoking policies. Violations will result in a warning and possible citation. 10. COVID-19 Related Policies Upon entering VAPHS, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by VAPHS. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. 11. Vendor Credentialing. Vendor access to the VAPHS is by appointment only and requires credentialing through our vendor credentialing partner, Symplr at https://vcsdatabase.com/login Symplr registration is at cost to the vendor only and VAPHS is not responsible for this. All vendors are required to check-in at the Symplr kiosk using their smart phone (University Drive) or desktop check-in with Symplr login (HJH) and obtain a day badge, which will include date, time, and location of approved appointment. Company badge with photo ID is also required to be worn while onsite at any of the VAPHS sites. Vendors are only permitted to visit the location identified on their Symplr generated badge and must exit the facility promptly, checking out via their smart phone once the scheduled appointment has ended. 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) 339112 (size standard of 1000 employees). Please answer 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 under this RFI? (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 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 equal to items to establish capabilities for planning purposes? (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 no later andrew.taylor3@va.gov than, 4 PM Eastern Standard Time (EST) on January 27, 2023 with 36C24423Q0369 in the subject line. 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 Officer, Andrew Taylor. 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 Andrew Taylor, Contracting Officer 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3445fe831d034984b7e1ff1c3bd05bc8/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare University Drive C, Pittsburgh 16001, USA
Zip Code: 16001
Country: USA
 
Record
SN06572401-F 20230126/230124230110 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.