6515--Audie L. Murphy VA Hospital Logistics Office is seeking to purchase NEW Responder 5 Nurse Call
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended str... This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of businesses including (but not limited to) 8(a), HUBZone, Service Disabled Veteran-Owned Small Business, and Veteran-Owned Small Business firms relative to the North American Industry Classification Code (NAICS) 334290. The Department of Veterans Affairs is seeking both manufacturers and/or distributors of the exact match or functionally equivalent equipment/ services to the following listed below: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 JB Rauland Equipment & 5 Year Warranty LOCAL STOCK NUMBER: 0001 0002 9.00 EA Installation & Training LOCAL STOCK NUMBER: 0002 0003 9.00 EA Project Management LOCAL STOCK NUMBER: 0003 Salient Characteristics Must function as a stand-alone nurse call system in the event of a server outage. The life-safety (UL1069 rated) portion of the advanced nurse call system must be completely independent of the servers, software, and hospital network. Thus, in the event of network failure to includes tones, lights, and audio. All of the life-safety components of the advanced nurse call system must be purpose-built and not contain any servers, Microsoft software, or external network components. The nurse call system must provide the VA full ownership of all nurse call system data. Must have the future ability to prioritize rounding in real-time based on veteran satisfaction indicators, send rounding reminders, web on-call scheduling, and to identify high activity levels by the nurse. Must provide the VA facility a data dictionary for the nurse call software data tables, stored procedures, and entity-relationship diagrams. Must provide the VA facility certification system administration training for up to four HTM biomedical engineer staff from the ALMMVH. Must be One-VA Technical Reference Model (TRM) approve Must provide the future ability to chart more than just bed data. Must provide Multiple Staff Assignments to one patient. Must be able to set a customizable volume per patient pillow speaker. Must provide the ability to Pre- Assign Staff requirements. Must provide the ability to assign Staff from any PC on the Hospital LAN. Must provide patient stations with the following minimum functionalities: o Code blue/staff assist push button Call cancel button The call placed LED indicator Bed out LED indicator Customizable pillow speaker with receptacle/call cord Must-have capabilities to control hospital-grade TV system and overhead lights Must have direct channel select and staff assist push buttons (example: pain, toilet assist, water) Audio microphone and speaker Capable of multiple call-in priorities Auxiliary device receptacle with separate call-in priority setting IV and bed exit alarm capabilities The capability of disconnecting handset for cleaning Provide audio to bathroom Pull cord Call-in button Water-resistant Seven (7) color corridor light placed outside: Placed outside patient rooms Hallway bathrooms All room with code blue/staff assist push buttons Nurse Console VoIP capabilities Customizable one-touch functions Staff Terminal Touch screen capable of displaying/answering calls Capable of placing calls Customizable functions Nurse call system must provide Audio and Non-Audio Pull-Cord Stations with the following minimum functionalities: Nurse call system must provide LED Corridor Light with the following minimum features: must provide equipment manufactured in the USA. Must have an FDA Listing. Must have an FCC Part 68 compliance for interface to the wireless phone switch. Must provide the ability to support off-site diagnostics. Provide local service within 1 hour. Provide the ability to support SIP-enabled wireless phones with no 3rd party software needed. Provide an open architecture platform for interoperability to other systems. Provide two-way audio bath stations that support Fall Prevention Protocols. Must include the capability for identifying and tracking exit alarms by the bed and by the patient. Must consist of audit trail reporting for the Joint Commission. Statement of Work (SOW) Background The Rauland ResponderNet/Responder IV nurse call system deployed South Texas Health Care System, Audie L. Murphy Memorial VA Hospital is used throughout the facility is end of life, does not support SIP trunk integration, can no longer be supported or expanded and requires immediate software upgrade. Objectives Install a headend/control network and interface with the existing Responder IV network. Install Responder V consoles in place of all Responder IV consoles. Upgrade the software package system-wide from ResponderNet to Responder V software suite. Upgrade the hardware on the CLC, 2 West, SICU, 4A, 5A, 5B, 5C, and 6B unit from Responder IV to Responder V. Interface with the PBX Telephone system for Wireless Phone connections Provide wireless Cisco phones. Provide warranties on all components and software packages as applicable for a minimum of 1-year post-project acceptance. Provide an installers warranty on all installations to be free from defect in workmanship or manufacture for a minimum of 1 year post project acceptance. Place of Performance Audie L. Murphy Memorial VA Hospital, 7400 Merton Minter Blvd., San Antonio, Texas, 78229 [ALMD] Working Hours Work will be completed on weekdays, excluding federal holidays, during the hospitals regular weekday business hours. Federal holidays observed during the execution of work may be exchanged for contractor observed days, only on a one-for-one basis, requested by the contractor and subject to approval by the contracting officer (CO). Normal operating hours for all locations listed above are from 8:00 A.M. to 5:00 P.M. on weekdays Monday through Friday. The contactor must arrange with the Contracting Officer Representative (COR) to schedule work and facility access outside of these parameters. Mandatory Items (Substitution will result in technical rejection of any/all proposals) Rauland Responder 5 The current ResponderNET software is end of life and expansion licenses for the current environment are no longer available The hardware currently in use is valued at approximately $3.2 million. Pursing any other software package will require the complete overhaul of the network, hardware, and software already in use at the facility. Rauland allows for the use of all Responder IV and Responder V hardware when on the Responder V software platform. The existing ResponderNET PCs currently meet the software requirements of Responder V. Responder V provides direct SIP trunk integration for the Cisco 7925 wireless handsets without the requirement of middleware or 3rd party communication handlers. Cisco 7925G Wireless Handsets FIPS 140-2 compliant Cisco replacement/warranty is industry standard VA OIT has known integration cases with Cisco products and engineers Scope of Work The contractor shall provide all necessary equipment, labor, and tools required to accomplish the tasks herein. PRE-PROJECT Kick-off Documentation Tasks Lists VA requirements Contractor Requirements Provide FIPS certificate for wireless handsets Participate in all OIT coordination meetings for the development of: IP schema Dynamic VLANs Server Scheme Network Planning Telecommunications planning/requirements PHASE 1 Configure and test network equipment off-site Deliver and install the Responder V network in the Non-OIT Server Room: R201 Replace all existing Responder IV Nurse Consoles with Responder V master consoles Test and certify function of all installed equipment and contractor installed network cabling/communication. Provide basic user training to all nursing units on the function and use of the new Responder V master consoles (this may require multiple sessions and multiple shifts). PHASE 2 Provide a Cisco Unified Call Manager platform (all components) Provide 120 Cisco 7925G wireless handsets Includes 2 batteries Includes chargers & accessories Install/configure the Cisco Unified Call Manager in the Non-OIT Server Room: R201 Interface with the existing PBX System Configure call routing/restrictions for the handsets and Call Manager Certify application integration of handsets, Call Manager, PBX and any other necessary integrated components/systems. PHASE 3 Provide and configured Servers (2 with SQL) Gateway Server = Responder 5 Application Application Server = RAS Database Server = RDS Reporting Server = RRS Install all servers in Non-OIT Server Room: R201 Integrate as necessary the following components ADT Interface (work with OIT Communications and HL7 Teams) Cisco to Responder 5 Replace ResponderNet Icons on all desktops with Responder 5 (work with OIT) Certify all applications and integrations are working as expected PHASE 4 Coordinate training plans for End-User Super User May require multiple shifts over multiple days PHASE 5 Provide a plan for hardware swap in CLC, 2 West, SICU, 4A, 5A, 5B, 5C, and 6B unit Clearly identify any VA responsibilities (electrical, carpentry, network, etc.) Remove all Responder IV hardware from the CLC, 2 West, SICU, 4A, 5A, 5B, 5C, and 6B Clinic Replace with Responder V hardware Coordinate and provide basic hardware training to CLC, 2 West, SICU, 4A, 5A, 5B, 5C, and 6B staff Certify CLC, 2 West, SICU, 4A, 5A, 5B, 5C, and 6B hardware fit and function CLOSE OUT Provide any follow-up // touch-up training Provide clear and thorough documentation of all new hardware Provide clear and thorough documentation of all new networking setup Provide any certification documentation for all Phases General Requirements Any work performed by the contractor at his/her own volition outside the working hours and days indicated in section 4 herein will be at no additional expense to the Government. No unauthorized work shall be initiated without the prior approval of the CO or the COR. The CO shall approve any request, or proposal for changes in project scope and/or additional requirements, in writing prior to the contractor proceeding with any related work. Any changes accomplished without prior written approval, will be done at no additional expense to the Government. All measurements and locations are approximate and shall be verified by the contractor. The Government will not be held responsible for any error or variation in any measurements or other data listed, nor will the contractor, because of an error or variation in any measurement listed, be relieved of his responsibility to carry out the contract in accordance with the true intent and meaning of the specifications without additional expense to the Government. The contractor shall park vehicles as indicated by POC no on-site parking is available for contractors. The contractor shall understand that there is very limited staging space and storage kept to an absolute minimum (less than 100 NSF). The contractor shall notify the COR for a final inspection no later than (180) calendar days after the receipt of Notice to Proceed. Compliance The contractor shall be fully responsible for compliance with all VA, local, state, and Federal environmental and occupational safety laws, rules, and regulations. The contractor shall plan for a minimum of two weeks lead time prior to beginning work at any VA facility for the following: Contractor badging (requires finger-prints and two forms of ID) This requirement may be obviated if the contractors have official and active PIV cards from another VA Facility. Infection Control Training Fall Prevention Training Tuberculosis Test Results Test results must be provided at the same time Infection Control Training is provided Test results must not be older than one year from the date of training All training is conducted on-site at VA San Antonio Finger-prints can be taken at a VA facility proximal to the contractors contact POC for details to avoid delays. The contractor shall follow all life safety health codes, and take all necessary actions to avoid conditions that may be hazardous to the health and safety of the contract employees, hospital personnel, visitors, and patients. The contractor is responsible for meeting all applicable OSHA and VA guidelines for safe working processes. All work for the duration of the contract will be performed by certified-trained technicians. The contractor will provide a copy of operation and safety manual to VA Occupation Safety Officer prior to any work being completed. Notification and Response Time The contractor shall contact COR if scheduled work for that day will not be performed. This contact must be made no later than 9 A.M. Parts and Equipment All equipment installed by contractor will meet the minimum hardware requirements stated herein. Confirmation of Completed Work All completed work will be confirmed and approved by the VA COR. This will be done during the working hours indicated herein. Cleanup The contractor shall be responsible for cleaning of the work area(s) upon completion of each work day. All accumulated trash shall be removed and disposed of daily. Contractor must remove trash from campus. Disposal of all waste material shall be in accordance with all applicable Federal, State, and local environmental regulations. The contractor shall ensure and provide appropriate documentation to CO that all hazardous waste handlers, haulers, and disposal facilities are properly certified or licensed. The contractor shall provide shipping manifest and documentation of disposal of any substance that is controlled by Federal, State, and local regulation prior to final payment. Special Tools The contractor shall provide all tools and test equipment necessary for assembling, calibrating, adjusting, certifying, and any other work required for performance of this contract. Contractor Employees Contractor personnel shall present a neat appearance and be easily recognized as a contractor employee. All contractors personnel will wear VA assigned identification badges visibly and above the waistline at all times while on VA property. Check-in, Check-out, Escort All contractor personnel working onsite at any locations listed above must check-in and check-out with the VA COR. If contractor personnel require access to sensitive work areas, appropriate staff will escort the contractor personnel at all times. Contractor shall provide name and phone number each day at check to VA COR. Information Systems Officer, Information Protection:Â The contractor will not have access to VA Desktop computers, nor will they have access to online resources belonging to the Government while conducting services. Privacy Officer: The contractor will not have access to Patient Health Information (PHI), nor will they have the capability of accessing patient information during the services provided to the VA. Once the systems have been set up any verification of actual data transmission or certification of function and/or access to records will be confirmed by VA employees only. Records Manager: There will be no federal records created, maintained, used, or dispositioned with this contract, regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.].
Data sourced from SAM.gov.
View Official Posting »