Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SPECIAL NOTICE

65 -- Intent to Sole Source Integrated Campus Telemedicine System for OR Columbia MO Harry S. Truman Memorial VAMC

Notice Date
6/23/2010
 
Notice Type
Special Notice
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN 15 Contracting Office;4101 S. 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
VA25510RQ0422
 
Archive Date
7/23/2010
 
Point of Contact
Hans Lorenzini
 
E-Mail Address
cting
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, VISN 15 Contracting Office intends to award a contract sole-source basis under the statutory authority permitting Other Than Full and Open Competition 10 U.S.C.2304(c) (1), as implemented by FAR 6.302-5, Authorized or required by statute under the Veterans First Contracting Program to Alliant Healthcare Products, 8850 M-89, Richland MI 48093. This requirement is for a integrated campus telemedicine system (ICTS) to allow for total control of integrated equipment from one centralized point. ICTS will allow real time audio, video, and physiological data to be transferred from the operating room suite throughout the facility. The salient characteristics of this system are: "Provide all cameras, monitors, networking hubs and routers in the locations shown in project 589-006 construction drawings. "Be a fully functional Board integrated system with complete compatibility with already purchased Stryker Switchpoint Infinity routers and Stryker Legacy System. "Be a PC based board integrated technology for integrating operating rooms capable of maintaining backward to forward compatibility. "Have bi-directional audio and video capabilities between every operating room and all conferencing end points. "Be fully compatible with already purchased Stryker integration system to allow the EIS system to function as a telemedicine control center for connectivity, directing and channeling real time audio and video from the OR integration system to pathology, radiology, surgeon's office, conference room, and anywhere else as allowed by VA intra net. "Must be fully compatible with using baseband audio and video. "Must NOT have or utilize any compression, time lag, or transmission artifacts. "Must transmit images on the network exactly as they appear on the main monitor "Must enable users to make point to point and multipoint video conference calls independently through already purchased touch panel control systems. "Must be capable of providing full Far Room video source selection and full control of far room PTZ cameras. "Must offer standard H.323 and H.320 with optional ISDN connectivity. "Must offer a minimum of 1.9Mbs for IP based network calls "Must have programmable one button pre-set call feature "Must have an integrated Picture in Picture functionality that allows images for the main or inset picture, allowing for the selection of which quadrant the inset pictures are displayed. The size of the inset pictures must be controllable. "Must be readily expandable and scalable allowing connectivity capabilities for future end point changes or additions. "System must have 510K clearance through FDA and must be ISO 13485 Certified. This notice of intent is not a request for proposals or quotations. Requests for copies of a solicitation in response to this notice will not be honored or acknowledged. A determination by the Government not to compete this proposed action based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether conducting a competitive procurement is in the best interest of the Government in the future. Interested parties may identify their capabilities by responding to this requirement, no later than 4:00 pm CST, 28 June 2010. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items. Verbal responses are not acceptable and will not be considered. Responses may be submitted via email to hans.lorenzini@va.gov if the total file size is less than 5 pages. Capabilities statements will be maintained for future reference.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/VA25510RQ0422/listing.html)
 
Record
SN02185798-W 20100625/100623234910-ccf2e34ec8604f3208145ba529a99b9a (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  © 1994-2020, Loren Data Corp.