Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SPECIAL NOTICE

65 -- HAND HYGIENE MONITORING SYSTEM

Notice Date
9/26/2011
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Wilkes Barre VAMC;Acquisitions (049E);1111 E End Blvd;Wilkes Barre PA 18711-0030
 
ZIP Code
18711-0030
 
Solicitation Number
VA24411RI0905
 
Archive Date
10/26/2011
 
Point of Contact
Rachel A. Turk, Contracting Officer
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Wilkes Barre Veterans Affairs Medical Center hereby gives notice of intent to award a sole source contract to HyGreen, Inc. 3630 SW 47th Avenue, Gainesville, FL, 3260 as implemented by the Federal Acquisition Regulation (FAR) 13.106-(b), soliciting from a single source to satisfy agency requirements. This is not a request for competitive proposals and no solicitation is available. Capability statements received by the response date of this announcement may be considered by the Government. A determination by the Government not to compete based on 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. HyGreen, Inc. will provide the following: CLIN 0001: Hand Hygiene Monitoring System including all system parts and installation System shall meet the following salient characteristics: Badge or tag worn by staff shall have a multiple vibration reminder system that reminds the staff to wash their hands before they come into physical contact with a patient. System shall provide for more than one reminder before counting someone as non-compliant. Audible alarms, flashing lights, talking or text message options are not acceptable. System shall include monitors that are placed over patient beds and have the ability to define zones or areas consisting of a single bed for rooms with multiple beds. System shall be turn-key and include minimal electrical hardwiring. Systems in development stage are not acceptable. System shall include its own server that does not interfere with any items in a hospital setting. System cannot interface with the existing LAN or Wi-Fi network. Server will be located in a secure location approximately four (4) floors below the area to be monitored. Vendor shall provide complete staff training. System must be capable of monitoring the battery life of the badges. Rechargeable batteries are preferred. System shall have must have minimal electrical hardwiring. System shall be a capital investment with one time cost. No reoccurring monthly bill. System shall monitor alcohol based sanitizer/soap on the hands of health care workers. The system must detect the presence of alcohol or soap on hands of health care workers and not just the dispensing of the solution. System shall be a hand hygiene system for a healthcare facility and capable of recording hand hygiene encounters in a hospital setting. System shall use small and lightweight badges or tags to be worn by staff. Badges or tags shall be no larger than three by three inches and weigh no more than three ounces. Badges or tags that attach to an existing staff ID badge are unacceptable. Badges or tags that allow for employee badges to be attached to them are acceptable. Hardwiring for the IT part of the system shall be minimal or non-existent. VA Information Technology (IT) department must determine appropriateness of IT plan to ensure no interference with VA systems. System shall include reporting capability consisting of reports and graphs that are easy to run and allow for daily, weekly and monthly report generation. Information contained in the reports shall be capable of identifying position, i.e. RN, LPN, MD, etc. The system shall not involve patients. System shall include a method for monitoring staff compliance with wearing badges. System shall be compatible with existing soap and alcohol foam dispensers. 1.The dispensers currently being used are the Purell Hand Sanitizer Dispenser (#2720-01) using Purell Hand Sanitizer and the Provon Soap Dispenser (#2745-01) using Gojo soap. System shall provide at least a one-year warranty on parts and factory repair labor Firms responding to this are asked to provide the following information in their initial response: company's full name, business size, address, point of contact, and a clear indication as to whether or not they can provide the item the government is seeking. Firms shall include the name of comparable system and provide enough product literature to determine compliance with all salient characteristics identified above. Responses are due by 4:30 PM, Eastern Daylight Time (EDT), on Wednesday 28 September 2011. As industry may expect to see portions of submitted information in future solicitations, portions of the response containing proprietary information should be clearly marked as such. Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. A point of contact for this synopsis is: Rachel Turk, Contracting Officer, Rachel.Turk@va.gov. E-mail is the preferred method of contact. Please use this contact information for any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WBVAMC693/WBVAMC693/VA24411RI0905/listing.html)
 
Record
SN02592520-W 20110928/110926235406-0f21176cb8f74c8598f2c6553d169ff6 (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.