Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 28, 2014 FBO #4752
DOCUMENT

D -- Real Time Location Systems Hand Hygiene Pilot - Attachment

Notice Date
11/26/2014
 
Notice Type
Attachment
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Veterans Affairs;Office of Acquisition Operations;Technology Acquisition Center - Austin;1701 Directors Blvd, Suite 600;Austin TX 78744
 
ZIP Code
78744
 
Solicitation Number
VA118A15N0027
 
Response Due
12/22/2014
 
Archive Date
1/21/2015
 
Point of Contact
Robyn Bertholon
 
E-Mail Address
1-4485<br
 
Small Business Set-Aside
N/A
 
Description
Real Time Location System (RTLS) Hand Hygiene Request for information (RFI) November 26, 2015 This is a Request for Information (RFI)/Sources Sought notice issued by the Department of Veterans Affairs (VA) in accordance with Federal Acquisition Regulations (FAR) 15.201(e) to conduct market research. The purpose of this RFI is to search for qualified contractors capable of meeting the requirements to provide a Real Time Location Services (RTLS)-based Hand Hygiene (HH) solution. This RFI is for planning purposes only and shall not be considered an Invitation for Bid, Request for Task Execution Plan, Request for Quotation, or Request for Proposal. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this RFI nor does it restrict the Government in its acquisition approach. Contractors will not be entitled to payment for direct or indirect costs incurred in responding to this RFI. The information provided may be used by the VA in developing its acquisition strategy. Respondents are responsible for marking proprietary, restricted, or competition sensitive information contained in their response. 1.BACKGROUND RTLS is an umbrella term that includes multiple technologies for locating and tracking items. It includes Wi-Fi based location finding, active and passive Radio Frequency Identification (RFID), and a number of other location technologies, including low frequency and infrared. Within VA, RTLS refers to a collection of applications, including Asset Tracking, automated Temperature Monitoring, Cardiac Catheterization Lab supply monitoring, Sterile Processing Workflow, and surgical instrument tracking. Each of these applications is integrated with Intelligent InSites software solution and when there is a need for active RTLS tracking capabilities, CenTrak hardware is used. CenTrak hardware includes asset tags and staff tags, as well as a supplementary wireless sensing infrastructure used to increase the system's accuracy of location identification: low-frequency exciters and infrared beacons/monitors. In addition, VA is evaluating options to expand RTLS to include automated tracking of HH compliance, prevention of Patient Elopement and Wandering, and applications for Emergency Room and Operating Room Workflow. The potential uses and benefits of this technology throughout VA are significant, and include improvement of quality of patient care, improved patient satisfaction, reduction of health care asset management costs, improvement of capacity/resource planning, improvement of employee and patient safety, as well as improvement of general asset management and inventory. The Government anticipates the scope of work for the HH program to include the design, installation, configuration, and test of an RTLS-based HH solution. The solution may be designed to meet the needs of a specific VA Facility (To Be Determined) based upon their current HH business. The solution may include project management to oversee the implementation of the RTLS-based HH solution and the delivery of associated training services for the selected VA Facility. The solution may include hardware and software components that fulfill the VA-approved design. This effort may require services to conduct site surveys, update facility drawings, and system configuration documentation for the HH solutions. Additionally, transition services may be required. The potential contract period of performance is undetermined at this time. An award is forecasted during the third or fourth quarter of fiscal year 2015. 2.HAND WASHING USE CASE VA Database Interfaces Required "None Technology Considerations "Software oSolution must integrate with Intelligent Insites "Hardware oActive tagging "Solution must utilize existing CenTrak wireless sensing infrastructure "Solution must utilize CenTrak staff or asset tags System Functionality "Capture all possible hand washing opportunities along with all washing events oNeed to capture this level of data discretely even if there are multiple hand washing dispensers and beds within close proximity "Validation based on activity at station, not proximity Use case goal is to validate staff hand sanitizing rates. VA deploys hand washing stations at all sinks and also at stationary locations throughout the facility via a sanitizing dispensing station or a sink. It is expected that hand washing rates can be monitored as a staff member approaches a sanitizing station and activates a dispensing container. The system would have the capability to monitor the sanitizing compliance, i.e., hand hygiene sensing device detects the dispensing of the sanitizing product and would communicate via staff tag to record the event. System would monitor the hand sanitizing after restroom use, after scheduled breaks, and entering or exiting occupied patient care area. Functionality for a system that has the capability of alerting or reminding staff to wash their hands is also desired. High level requirements - 2.1.The system should detect if the employee sanitized their hands and for how long. 2.2.The system should detect and report if the employee had not sanitized their hands sufficiently. 2.3.The system shall allow users the capability to run reports that show contact between patients and staff by means of room/bed-level proximity. This shall allow for better management and prevention of the spread of contagious diseases. 2.4.The system shall allow users the capability to run reports that show caregiver hand-hygiene compliance. 3.SAMPLE MEDICAL CENTER "Healthcare workers to be monitored for HH compliance = 885 "Units to be covered = ICU, PCU, Community Living Center "Quantity of hand hygiene dispensers that should be monitored = 389 "Quantity of patient rooms that should be monitored = 145 "Quantity of beds that should be monitored = 261 "Number of in person training sessions required = 16 "Period of performance = 12 months "Place of performance = Los Angeles, CA 4.RESPONSES REQUESTED The Government seeks capability statements that provide feedback on "Appendix A - Requirements Specification Document (RSD)" to enable the Government to consider and or implement industry best practices and procedures and to address any questions or concerns that industry may have regarding the requirement. Capability statements should include a brief analysis of each of the requirements within the RSD in comparison to the functional and technical capabilities of the proposed solution. The response should identify which RSD requirements are met with existing capabilities and which requirements would require custom development in order to achieve the performance requirement. The response should also confirm the ability to use existing CenTrak hardware and infrastructure and identify the estimated level of effort required (if any) to fully integrate with the VA RTLS. **NOTE: If your solution satisfies the Government's technical and functional requirements, but does not utilize or integrate with the existing hardware and infrastructure, your response may also include an elaboration on the challenges and drawbacks that this mandated requirement imposes. In addition, please address the following questions in your RFI response: 1.Name of Company: a.DUNS Number: b.Address: c.Point of Contact: d.Phone Number: e.Fax Number: f.Email Address: g.List any applicable Government-wide Acquisition Contracts (GWAC) or General Service Administration (GSA) Contracts that you currently have and that is appropriate for this effort (i.e., GSA Schedule Contracts, GSA Mission Oriented Business Integrated Services (MOBIS), GSA Veterans Technology Services (VETS), etc.) 2.Could your company independently provide the entire range of services required to implement the requirements outlined in the RSD? ____ YES ____ NO a.If you answered NO to question (2), what requirements or services outlined in the RSD could your company provide? 3.Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances or other business arrangements to satisfy requirements of this requirement. Small businesses are encouraged to identify teams whereby each team member is considered small business based upon the proposed North American Industrial Classification System (NAICS) code of 541512, or code recommended in response to question 6 below. 4.The NAICS code being considered for this acquisition is 541512, Computer Systems Design Services. Please indicate your business size standard and comment on the appropriate use of this code. You may recommend another code if you deem it more appropriate. Please provide your rationale. For more information, refer to http://www.sba.gov/. 5.Please provide positive or negative feedback regarding the RSD such as recommended changes, noted exceptions, ambiguities, etc. 6.Describe the capabilities/qualifications/skills your company possesses to perform the work, to include but not limited to the following: a.Description of your experience deploying RTLS-based HH solutions in dementia and psychiatric wards. b.Description of your experience developing business rules for RTLS-based HH solutions. c.Description of your knowledgeable of software development lifecycle stages. d.Description of your experience using and integrating RTLS-based HH solutions with Intelligent InSites software. e.Description of your experience using and integrating RTLS-based HH solutions with CenTrak hardware. f.Description of your experience providing solutions that are compliant with health information technology safety guidelines and best practices. g.Description of your knowledge of Joint Commission (TJC), World Health Organization (WHO), and Centers of Disease Control and Prevention (CDC) standards for hand hygiene awareness and compliance. h.Description of your experience with developing functionality for the RTLS-based HH solutions. i.Description of your RTLS-based HH solution - system description, types of hardware, system requirements, configuration requirements, standard functionality, and all available functionality. j.Description of available RTLS-based HH solution. k.Describe your experience with VA security and privacy policies and requirements? l.Describe how your RTLS-based HH solution can be integrated with other systems i.Nurse scheduling systems (ex. Acustaf) m.Description of integration efforts, timeframes, dependencies, outcomes, working with other stakeholders and vendors. n.Describe your experience with installing and maintaining RTLS-based HH solution in a nationwide, hospital health system. o.Describe your experience with RTLS-based HH solution performance measures and monitoring. p.Describe your experience and capability to rapidly deploy RTLS-based HH solution in a nationwide, hospital health system. q.Describe your support structure for RTLS-based HH solution in a nationwide, hospital health system. 7.Please provide a rough order of magnitude (ROM) estimate based on Sections 2 and 3 above. 5.Submittal Information Your responses to questions one through seven shall be limited to 20 pages. There is no page limitation for the capability statement that includes comments on the RSD. Responses are requested no later than 2:00PM EST on Monday, December 22, 2014 via email to Robyn.Bertholon@va.gov. All responsible sources may submit a response which shall be considered by the agency. Submit questions, in writing, regarding this RFI by 5:00PM EST on December 9, 2014, via email to Robyn.Bertholon@va.gov. The Government will try to answers all questions, and post them to this site as an attachment. Point of Contacts Lateefah S. Parker, Contracting Officer, Lateefah.Parker@va.gov and Robyn Bertholon, Contract Specialist, Robyn.Bertholon@va.gov; Department of Veterans Affairs, Technology Acquisition Center - Austin
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3046ebf28eb3a69b20ef8b46d6a2c3e9)
 
Document(s)
Attachment
 
File Name: VA118A-15-N-0027 Appendix A - Requirements Specification Document.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747942&FileName=VA118A-15-N-0027-000.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1747942&FileName=VA118A-15-N-0027-000.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03582538-W 20141128/141126233951-3046ebf28eb3a69b20ef8b46d6a2c3e9 (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.