Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
DOCUMENT

J -- Infusion Pump Services for software management services of Alaris System for VISN 12 - Attachment

Notice Date
6/26/2013
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Great Lakes Acquisition Center (GLAC);Department of Veterans Affairs;115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
VA69D13I1570
 
Response Due
7/2/2013
 
Archive Date
8/1/2013
 
Point of Contact
Trong V Nguyen
 
E-Mail Address
4-4842<br
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This is not a solicitation for proposals, proposal abstracts, bids, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. Responses to the information requested will assist the Government in determining the appropriate acquisition method. The Great Lakes Acquisition Center (VISN 12), Department of Veterans Affairs is seeking sources for infusion pump services for the Alaris System. To be considered eligible for consideration, contractor must provide proof they can meet the below statements. 1.The service must include on site clinical support for practice reinforcement that can be used for compliance rounds and hospital best practices. 2.The service must include phone or email access to highly qualified Pharmacy Consultant and CQI Account Managers to address customer data set questions and concerns and assist with the interpretation of CQI data. 3.The service must include a workshop with clinical peers to support customer adoption of CQI Reporter software and enhance interpretation skills of CQI data. 4.The service must include access to online education using the hospitals' existing Learning Management System. 5.The service must include Suite training sessions with clinical peers to refresh skills on the use of CQI Reporter and Editor training. The training sessions will be available monthly and can be used as needed. 6.The service must include access to a third party website with IV drug information which can be used to create and update the Drug and IV Fluid libraries for the Alaris System. 7.The service must provide enhancements to the Suite MX software when commercially available enabling the same functionality of infusion pumps as a new Alaris system installation. This includes onsite updates to the Alaris System to install the newest version of Suite MX software. 8.The service must provide have patch management of the operating system, systems manager application and other software components, including rigorous testing before deployment and customized patch cycles and notifications options. 9.The service must provide real-time monitoring of the systems manager to ensure system uptime, functionality, optimization and health. 10.The service must provide concise, actionable information on the hospital's infusion management practices, without requiring analytical or reporting software installation, or in-house technical resources. This includes unlimited access to a web-based portal defined by hospital with benchmarking tools, ability to view all infusions. 11.The service must provide Intra-IDN benchmarking tools and the ability to view all infusions (not those just outside of prescribed ranges). This information must be web-based and be accessible to an unlimited amount of users per hospital. 12.The service must provide technical telephone support from 8:00am CST to 7:00pm CST, Monday through Friday, for operation of and potential errors in the software. 13.The service must provide Clinical Infusion Data Consultant data support will via phone or email 8:00am CST to 7:00pm CST, Monday through Friday, for questions related to the use of the software and interpretation, review, and consulting of data. 14.The service must provide one time during each annual period, one eight-hour day of on-site clinical consulting at each hospital per 500 PCUs. 15.The service must provide one time during each annual period, tuition for up to two representatives to attend System Data Workshop. 16.The service will provide quarterly analytics for each hospital to include executive summary of key findings, detailed reports and report guide, and review of drugs with highest potential for harm. Data will be available online and have at minimum the past two years of data. One phone call per quarter per hospital will be available to review this information. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (service disabled veteran owned small business, veteran owned small business, hubzone, 8(a), small disadvantage business, small business, or large business) relative to NACIS 51791. Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. Interested parties shall provide a brief overview of their firm's capabilities, how they can meet this requirement and past experience with projects similar in scope to this project. All information shall be submitted in Word or PDF format, not to exceed 10 pages, including all attachments. Each submittal shall also include the following business information: a. DUNS number b. Organization Name c. Organization Address d. Point of Contact (including name, title, addresses, telephone number, fax number and Email address) e. Business size f. Socio-economic status ( IF SDVOSB or VOSB - provide SDVOSB or VOSB CVE verification) g. Is it on GSA/FSS or SEWP Schedule? If yes, please provide the Contract #. Firms shall identify whether or not they are a small business or other than small business in accordance with the size standard for NAICS code 339112. If another NAICS code may be applicable, please identify the NAICS in your capability statement. Responses to this notice shall be e-mailed to trong.nguyen@va.gov. Telephone inquiries will not be accepted. Responses must be received in writing no later than July 2, 2013 2:00pm CST. This notice is to assist the VA in determining sources only. A solicitation is not currently available. If a solicitation is issued, it will be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are not considered adequate responses to any future solicitation announcements. Responses to this sources sought is not a request to be added to a prospective bidders list or to receive a copy of future solicitations. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/VA69D13I1570/listing.html)
 
Document(s)
Attachment
 
File Name: VA69D-13-I-1570 VA69D-13-I-1570.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=837383&FileName=VA69D-13-I-1570-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=837383&FileName=VA69D-13-I-1570-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03099898-W 20130628/130626234721-e54a26be3c4f9a40870574fd8f8f7486 (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.