Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2011 FBO #3469
DOCUMENT

65 -- HOME TELE-HEALTH VIDEO MONITORING SYSTEM - Attachment

Notice Date
5/23/2011
 
Notice Type
Attachment
 
NAICS
423430 — Computer and Computer Peripheral Equipment and Software Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;Philadelphia VAMC;Acquisitions;3900 Woodland Avenue;Philadelphia PA 19104-4551
 
ZIP Code
19104-4551
 
Solicitation Number
VA24411RQ0298
 
Response Due
6/6/2011
 
Archive Date
9/4/2011
 
Point of Contact
PETER T. SANTANGELO
 
E-Mail Address
OODLAND
 
Small Business Set-Aside
N/A
 
Description
A.Please note this is not a request for quotes or proposals; the Govt is seeking information for market research purposes only. Your responses to the information requested will assist the Govt in determining the appropriate acquisition method. A solicitation is currently not available. The Philadelphia VA Medical Center (PVAMC) is seeking potential sources to provide a quantity of twenty five (25) Home Tele-health Equipment/ Video Monitor Systems under NAICS Code 423430 "Computer and Computer Peripheral Equipment and Software" for veterans and beneficiaries in the Greater Philadelphia/Southern NJ Geographic area. B.TECHNICAL REQUIREMENTS 1)Equipment Specifications: a)FDA Class II device b)Communication: RJ-45 connector for broadband network connectivity c)Ability to support 3G connectivity options d)Ability to support POTS connectivity e)Peripherals Interface: Wired: Qty 4 USB 2.0 ports; Wireless Bluetooth v2.0, with the ability to support weight, glucose level measurement, O2 levels, pulse, blood pressure, & respiratory capacity. f)Class 1 Audio Input: Integrated microphone Audio Output: Integrated speaker and an optional 3/5mm stereo headset plug g)Video Capture: Integrated camera(VGA) with privacy cover. Video capability can only be initiated one way from a caregiver device, not the RPM device. h)Power: ac120v.60hz (external adaptor). i)Display: 10.4 inch color touch screen LCD j)Reverse clamshell design k)Supported Languages: American English and British English l)CPU: INTEL PROCESSOR AND MOTHERBOARD m)Data Storage: 40 GB Internal password-protected hard disk drive n)Dimensions: approx 11.00x3.5x 10.5 INCHES (290 MMX90MMX270MM) o)WEIGHT: APPROXIMATE: 8.4LBS p)PRIVACY AND SECURITY: 128-bit encryption and secure socket layer q)other: Activity indicator light screen on/off switch: Audio volume control r)Initial System Imaging, Calibration, & Testing (see below for details) s)Patient Protocol Setup (see below for details) t)On-site patient installation and training(see below for details) u)Software service to include connectivity between the RPM device and monitoring v)Ability to customize patient surveys and protocols w)Ability to mix or integrate survey and protocols for different medical conditions x)Ability to manually enter data into RPM device y)Ability to track on the RPM device minimum of 30 historical health sessions 2)Services: a)The contractor shall perform the initial system imaging, calibration, and testing before units leave the warehouse and are delivered to the patient's home. This includes use of advanced diagnostic software to test 100% of the systems configured by technicians. Testing every component within each system to include the hard drive, system and additional memory, motherboard, processor, and loopback tests on all ports, creating a system inventory snapshot. It is then compared to each system to be imaged to insure that every component matches including bios settings, memory and all hardware. Each device is imaged with the most current version of the Intel software to insure that every system being fielded is current and up to date. Two (2) reboots are completed during the process including the final test, to insure that the system loads up with the correct startup user screen. Additionally, each system will have power on for 2-4 hours from the beginning to the end of the process to complete the burn-in, testing, and image loading process. Upon completion of the testing, a PASS or FAIL message is displayed on each system. Any system displaying a FAIL message is removed and replaced. This process eliminates DOA's received by customers. b)The contractor shall provide Patient Protocol Setup using the Intel Health Care Management Suite (HCMS) allowing the care manager or researchers to define and setup unique Health Survey Protocols for each patient. c)The contractor shall provide PADRECC staff an in-service on any and all software associated with the home tele-health video monitoring device. d)The contractor shall provide on-site installation and training to patients including: i)on-site or in home installation of the Intel Health Guide; ii)unpacking the equipment, physical placement of the device on a tabletop, desk, and/or stand; iii)physical connection to a phone jack or broadband switch. This includes providing all necessary splitters, internet or phone cables (up to 10 feet in length), broadband switches, and cross over cables as needed. Testing of the device to insure connectivity to the HCMS; iv)the installer, while on site, will train the member on how to power up the device, basic navigation through the various screens, and train them on how to take a survey on the device. To ensure patient understanding of the device a telehealth call will be placed to the patient prior to the contractor leaving the patient's home; v)removal of all packing materials and boxes from the home of site. (Service does not include the setup of phone or broadband service in the home. This must already be in place and provided by a local phone or internet service provider). If your company is interested and properly qualified, please provide the following information: 1.Name and address of company: 2.DUNS number: 3.CAGE code: 4.GSA contract number (if applicable): 5.Number of employees: 6.Socio-economic category of your firm (ex: Service-Disabled Veteran-Owned Small Business, Veteran-Owned Small Business, Woman Owned Small Business, Small Business, Large Business: 7.Any other pertinent information: Please reply to E-mail address Peter.Santangelo@va.gov no later than June 06, 2011. Direct all questions to Contracting Officer Peter T. Santangelo Ph: 215-823-5800 (Ext-6144).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC642/PhVAMC642/VA24411RQ0298/listing.html)
 
Document(s)
Attachment
 
File Name: VA-244-11-RQ-0298 VA-244-11-RQ-0298.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=202931&FileName=VA-244-11-RQ-0298-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=202931&FileName=VA-244-11-RQ-0298-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: GREATER PHILADELPHIA AND SOUTHERN NJ AREA
Zip Code: 19104
 
Record
SN02454895-W 20110525/110523234752-736c48a6f3e2d40bbfa817842b511311 (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.