Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
MODIFICATION

58 -- Communication Tool

Notice Date
3/7/2018
 
Notice Type
Modification/Amendment
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
 
ZIP Code
92134-5000
 
Solicitation Number
N0025918R0003
 
Archive Date
3/24/2018
 
Point of Contact
Robert M. Salomon, Phone: 6195328108
 
E-Mail Address
robert.m.salomon2.civ@mail.mil
(robert.m.salomon2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information Supplies/Services Communication Tools at Naval Medical Center San Diego DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal, a Request for Quotation, or an indication the Government will contract for the items contained in this announcement. This RFI is a request for interested parties to describe their product, technical capabilities, delivery as well as demonstrated tools and processes. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned and Respondents will not be notified of the result of the review. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. All information received in response to this RFI marked proprietary will be handled accordingly. Purpose: The Naval Medical Center San Diego (NMCSD) issues this Request for Information (RFI) to conduct market research for information and planning purposes to determine the existing market capability of businesses that are able to provide the requested equipment, INTEGRATED COMMUNICATION SYSTEMS (ICS) TECHNOLOGY, as specified below, at Naval Medical Center San Diego (NMCSD), to include product demonstration at NMCSD - dates to be determined - to have Government employees inspect, request additional information and sample equipment. The Government intends to review all proposed suggestions. All interested, capable, and responsible businesses are encouraged to submit a response to this notice. INTRODUCTION The NMCSD Innovations Committee and Informatics Departments are tasked with conducting market research for Integrated Communication Systems to be used by Hospital Staff throughout the many departments within the hospital. Using Government provided space, a select number of potential vendors will be invited to provide product demonstrations including question and answer sessions with hospital staff members. Respondents should identify their product capabilities that would help fulfill the currently specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted in a solicitation for competitive bids. The description below outlines preliminary requirements for Integrated Communication Systems at NMCSD. BACKGROUND Effective Internal Communication Tools are essential to optimize efficiency, patient safety, and the delivery of quality medical care, as well as facilitate the ability to transfer protected patient information between providers and potentially patients. Per the Joint Commission website, "effective communication is critical to the successfully delivery of health care services." The Joint Commission has identified communication as one of the top three root causes of sentinel events. Some inherent barriers to communication a from staff to staff and patient to staff are effected by distance, location and physical layout of each department across the organization. Smartphone communication is the method of choice among providers, with text messaging being utilized as the primary form of communication for 58% of residents. In order to prevent violations of patient privacy through unsecured devices, we are interested in being able to provide providers and medical staff with a means to communicate patient information in a secure manner. REQUIREMENTS The Government requests that the contractor or contractors provide ICS with the following minimum characteristics: 1. Provide efficient and timely communication; 2. Provide real time, collaborative communication; 3. Ability to transmit text and photos; 4. Application available for use on all mobile devices; 5. Ability to securely transfer private patient information between medical professionals (Doctors, nurses, physician assistants, etc.); 6. Ability for patients to communicate with their provider; 7. Ability to interface with MHS Genesis; 8. HIPAA compliant; 9. DOD compliant. NOTE: This RFI is only soliciting information on Communication Tools that are able to meet the above requirements. All questions regarding this RFI shall be submitted by email only to the Contract Specialist at robert.m.salomon2.civ@mail.mil THREE (3) DAYS PRIOR TO SCHEDULED DEMONSTRATION. HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics; 2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment; 3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI; 4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as they related to the potential requirements. Vendors with a GSA schedule should provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. All Questions must be submitted via email only THREE (3) DAYS PRIOR TO SCHEDULED DEMONSTRATION. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 5:00PM (PST) March 9, 2018. No mailing responses will be accepted. Finally, please indicate if the Vendor is a small business under the subject NAICS. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Robert M. Salomon robert.m.salomon2.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025918R0003/listing.html)
 
Place of Performance
Address: Naval Medical Center San Diego, 34800 Bob Wilson Drive, San Diego, California, 92134, United States
Zip Code: 92134
 
Record
SN04846510-W 20180309/180307231858-e44a42fee180558dd019d91bb17657bf (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.