7H20--Annual Beds Licenses - ObservSmart or Equal
Page 2 of 2 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 ... Page 2 of 2 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/Request for Information (RFI) notice issued solely for information and planning purposes. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification in relation to NAICS 513210 (size standard of $47 Million). The Government will use responses to this notice to inform and support appropriate acquisition decisions. Please note responding to this Sources Sought/RFI does not constitute an adequate response to any future solicitation. If a solicitation is issued, it will be announced separately. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide the below requirement. The contractor shall provide and be responsible for the shipment and delivery to VA Long Beach Health Care System at 5901 E 7th Street, Long Beach, CA 90822. Item Information: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ EER 246693 SEPG 461462 CSN 6530-439473 EIL 300 ALBCC 241H61 NEW EE# TO BE ASSIGNED. ANNUAL LICENSE BEDS: 30 PPPD LOCAL STOCK NUMBER: OBSERVSMART 0002 1.00 EA __________________ __________________ ANNUAL ENVIRONMENTAL OF CARE MODULE LOCAL STOCK NUMBER: AECM 0003 1.00 EA __________________ __________________ ANNUAL SUPPORT: SUPPORT IS UNSURPASSED. OBSERVSMART PROVIDES TIME-SENSITIVE, 24/7, TIERS 2 AND 3 SUPPORTTO ENSURE CONTINUAL OPERATION. MAINTENANCE, UPGRADES, AND CLOUD HOSTING CUSTOMER SUCCESS MANAGER ASSISTANCE, QUARTERLY MEETINGS/REAL-TIME REPORTING LOCAL STOCK NUMBER: ANNUAL SUPPORT 0004 1.00 EA __________________ __________________ EMR INTEGRATION - ONE TIME FEE LOCAL STOCK NUMBER: OBSERVSMART 0005 1.00 EA __________________ __________________ VPN ANNUAL FEE LOCAL STOCK NUMBER: VPN 0006 1.00 EA __________________ __________________ IMPLEMENTATION & TRAINING - 5 DAYS, 2 TRAINERS ON SITE LOCAL STOCK NUMBER: OBSERVSMART 0007 1.00 EA __________________ __________________ TEXT ALERTS (APPROXIMATELY N/A) 0008 1.00 EA __________________ __________________ PAIRING BOX, STORAGE BINS FOR BEACONS, CHARGING STATION 0009 68.00 EA __________________ __________________ BEACONS * BASED ON BEDS LOCAL STOCK NUMBER: OBSERSMART 0010 1.00 EA __________________ __________________ BANDS/CLASP SET * (250 PER PKG) *12-MONTH SUPPLY QTY 4 0011 30.00 EA __________________ __________________ IPAD MINI 6 0012 12.00 EA __________________ __________________ TESTED PROTECTIVE CASE - SUVIVOR ENDURANCE FOR IPAD MINI (6TH GENERATION) 0013 18.00 EA __________________ __________________ MIESHERK CASE FOR IPAD MINI (6TH GENERATION) -IDEAL FOR 1:1 GRAND TOTAL __________________ Description of System. The ObservSMART System is designed to support clinical staff in inpatient psychiatric hospital settings in carrying out patient monitoring. The system consists of the following: a. Apple Mini iPads and Devices. These devices will be provisioned according to the operational and security requirements, managed on the client s MDM b. Software. The ObservSMART software will run as an application on the tablets as well as a desktop web service to be located on a secure server. c. Tamper-Resistant Patient Bluetooth Bands. Patients will wear a tamper-resistant disposable wristband that secures a sealed, reusable Bluetooth beacon to the Patient s wrist. The Bluetooth beacon contains no patient health information. The wristband has a fitness band appearance and is intended to be patient friendly, and recovery focused while providing a high degree of tamper-resistance. d. Patient Check-in Station. Patients are banded and entered into the ObservSMART system using a desktop PC and mini 6 tablet. If you are interested and capable of providing the sought-out supplies, 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 (513210) 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 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 Anette.doan@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 08/01/2025, at 12:00 p.m. Pacific Standard Time (PST). If a solicitation is issued it shall be announced later, 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.
Data sourced from SAM.gov.
View Official Posting »