Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2010 FBO #3063
SOLICITATION NOTICE

63 -- Hospital Wide Temp & Humidity monitoring system

Notice Date
4/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
VA Northern California HealthCare System;5342 Dudley Blvd. Bldg 98;McClellan Business Park CA 95652
 
ZIP Code
95652
 
Solicitation Number
VA-261-10-RP-0193
 
Response Due
4/15/2010
 
Archive Date
6/14/2010
 
Point of Contact
maria.teodoro@va.gov
 
E-Mail Address
Contract Specialist
(maria.teodoro@va.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. This procurement is a sole-source justified action as a matter of public interest. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received prior to April 15, 2010 will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. NAICS code is 334513 the size standard is 500 employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-39. Only emailed requests received directly from the requester are acceptable. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): CLIN w/DESCRIPTION/QTY/UNIT/UNIT PRICE/TOTAL AMOUNT 0001 1 JB$________$_________ Install Hospital Wide Temperature And Humidity Monitoring System and setup. (includes training) 1 LOT$________ $_________ 0002 Materials (see below)* 0003 12 MO $_________ $_________ Maintenance, monitoring, and software per manufacturer's recommendation GRAND TOTAL --- ________________________ * STATEMENT OF WORK Contractor is to provide all labor, materials, parts, supervision to install, maintain and upgrade the Hospital Wide Temperature and Humidity Monitoring system at San Francisco VA Medical Center (SFVAMC). Contractor is to provide training for VA personnel. 1.Materials to be provided: a.61 @Temperature and Humidity Data Loggers b.47@ 1-Temperature probes c.7@ 4-Temperature probes d.8 @ 2-Temperature probes e.1 @3-Temperature probes f.2@ 1-Temperature probe (-70 degrees C) g.2@ 2-Temperature probe for water bath h.1@ 1-Temperature probe for water bath i.88 @ Thermal dampening block for external temperature probes j.1@ Precision data logger k.5@ Custom thermal dampening blocks for heat blocks l.12 @ Switch plus rack mount hardware for 12 locations m.4@ Audio-visual alarm with relay for main lab area n.23@ 1-port Ethernet adapter o.17 @ 2-port Ethernet adapter p.14 @ 4-port Ethernet adapter q.4 @ 8-port Ethernet adapter r.Training Services s.Environmental Monitoring, Alarming, & Reporting system t.Repeaters and Bases as needed for desired operation u.Lithium Batteries for all sensors v.All software for full system functionality. This is to include administrative rights to the system, including field engineer level access. 2.Location of monitoring system components: See attached list of sensor and component locations at the SF VAMC. 3.Features of the System: a.The system shall be able to log temperature and humidity data automatically for at least 7 years. b.Users shall be able to graphically display relevant intervals of temperature and humidity data. c.The system administrator shall be able to allow users to have access only to information from sensors in their respective areas. d.System must be able to provide 24/7/365 monitoring and ensure complete data capture/logging for alerting, reporting and charting utilizing "two-way communication" with system acknowledgement of received data and "on-board" sensor memory to prevent data loss during communication interruption(s). Data is transmitted by a wired Ethernet system to either a local intranet or Hospital wide network. System must have central, departmental and remote monitoring capabilities. Amount of "on-board" sensor memory must be sufficient to protect data from a potential holiday weekend outage, plus the time for normal troubleshooting and shipment of replacement parts (ie, the sensors shall have a minimum 6 days "on-board" memory) e.System must have alert features that indicate when and where equipment or area is out of specified ranges; temperature alerts in system must be fully customizable to accommodate facility's needs and offer several notification options, such as e-mail, alpha-pages, computer pop-ups, and alert lamps based on individual department requirements. f.System must also inform or alert facility if the system loses contact with a sensor, repeater, or receiver due to hardware failure or communication failure. System must provide an alert for sensors with a low battery voltage. This report/alert system should also alert if temperature data is not being received and recorded and have the capability to store data in the "on-board" memory and transmit complete data at a later period. g.System should be able to generate on-demand graphs or numeric charts capable of data export and printing of the recorded temperatures for each monitored piece of equipment or storage area. h.System should be a no drill installation on government property such as refrigerators and be able to be removed and re-installed on new equipment such as refrigerators (mounting screws for equipment mounted to walls permitted). System is to be easily configurable and highly scalable and expandable with customizable, highly functional and user-friendly software. i.System must also have the capability to expand to other environmental parameters such as Differential Pressure, CO2, LN2, or motion in specialized equipment or areas such as incubators, water baths, blanket warmers, operating room, recovery room, medical storage areas, SPD and drug cache. j.The system shall be capable of providing a single monthly executive summary report to top facility leadership, from which top management can monitor the appropriateness of the use of the system by the facility and its individual departments. 4.User privileges: a.The VA will be able to determine which users have access to the client software and to what degree. 5.Maintenance & upgrades: a.VA Engineering will have full access to the hardware and software that constitute the system, including any diagnostic software features and general admin rights. b.The VA Engineering point of contact must be briefed, by the vendor, on all software upgrades and changes, and agrees to each prior to installation. c.The vendor shall provide and install manufacturer recommended software upgrades and changes at no additional charge. d.During normal working hours the vendor shall respond within four (4) hours via phone and (if required) within twenty-four (24) hours on site after being called by the VA point of contact or his/her designee. e.The vendor will provide 2 sets of user manuals and technical manuals to VA Engineering. f.The warrantee period for all equipment and materials provided by the vendor shall be for one full year upon implementation. 6.Service Report: a.For any repairs or services that will be performed during normal working hours, the vendor's service representative will report upon arrival to the VA Engineering Point of Contact or his designee. Upon completion of the work, the vendor's service representative must report in person to the Point of Contact and must present a copy of his/her field service report signed by the service using the equipment. This report must reflect date and time of service, name of company, and the name of the vendor's service representative. As a minimum, this report must contain a detailed description of any services or repairs performed and must also include a listing of replacement parts, when applicable. The report will also include the vendor's recommendations necessary to maintain the equipment in best operating condition. Preventive maintenance procedures followed should be thoroughly documented (step-by-step) on the service report. b.For repairs or services required during other than normal working hours, the vendor's service representative is not required to report upon arrival to the Point of Contact prior to commencement of work. However, the service representative is still required to complete the field service report and send it to: Biomedical Engineering (138) Department of Veterans Affairs Medical Center 4150 Clement Street San Francisco, CA 94121 7.Implementation: a.The installation of the system will be completed 180 calendar days after the award. 8.Future expansion: a.The system will be easily scalable to cover other buildings on facility grounds in the future. 9.Interoperability: a.The system will be interoperable with other companies' systems either directly or via middleware. There will be software and/or hardware integration between the system and other clinical/utility systems in the future. b.The vendor will make database specifications available to VA Engineering in order to allow for future custom solutions as desired by the VA. 10.System Uptime: a.The vendor shall guarantee a 99% uptime. Hardware products shall be warranted against defects in materials and workmanship. Consideration shall be given to the Government, where there is "apparent" evidence of vendor neglect. It should be noted, that it is urgent that the vendor return a system to full operation within 72 hours of being notified of a system malfunction. The vendor shall make all possible strives to limit downtime by restoring system malfunctions quickly. b.When parts are required and are not covered by the Preventive Maintenance Inspection and Emergency Repair Services, such needs will be provided under separate purchase order. 11.Training: a.The vendor will provide 2 sessions of 4 hour training to VA personnel. 12.Acceptance: a. Upon completion of the installation of the temperature monitoring system, the monitoring system shall be tested in the presence of the COTR or designated official for proof-of-performance. Only electronic offers will be accepted. Offers are due to maria.teodoro@va.gov by 3:00 PM PDT April 15, 2010. SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (February 2010) For the purposes of this clause, items (b) 18-22, 24, 30, 33, and 39 are considered checked and apply. FAR 52.232-38 Submission of Electronic Funds Transfer Information with Offer (May 1999) VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.273-76 Electronic Invoice Submission (Interim - October 2008) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) For the purpose of this provision, the fill-ins are http://www.acquisition.gov/far/index.html and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm, respectively. FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2009): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA-261-10-RP-0193/listing.html)
 
Record
SN02119221-W 20100414/100412234723-b938bd789023cecdd43df329072880ba (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.