Page 1 of 5
The Department of Veterans Affairs Network Contracting Office 16 is seeking Service Disabled Veteran Owned Business (SDVOSB), Veteran-Owned Small Business (VOSB), and or Small Business (SB) sources capable of providing the equipment as detailed in the Statement of Need below for the Jackson VA Health Care System, located in 1500E Woodrow Wilson Dr., Jackson MS 39216. The acquisition will be accomplished using commercial item procedures in accordance with FAR art 12 & 13.
The North American Industry Classification System (NAICS) is 339113. Any SDVOSB/VOSB/SB firm who wishes to identify their interests and capability to provide this service must provide interest information by notifying the Contract Administrator no later than 11:00 AM Central Standard Time, May 04, 2018. Such notification must include any documentation that includes certification to be able to provide the equipment and pertinent installation, maintenance and support during the warranty period. Notification shall be e-mailed to Hector Lopez, Contract Administrator,
[email protected] .
NOTE: TO QUALIFY SDVOSB/VOSB VENDORS MUST BE VERIFIED AND CERTIFIED IN THE VA VENDOR INFORMATION DATABASE (VIP).
DISCLAIMER:
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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. Responders are solely responsible for all expenses associated with responding to this RFI.
Also, in accordance with VAAR 852.211-73, any brand name s mentioned are for information/description purposes only and are not restrictive.
Page 5 of 5
STATEMENT OF NEED:
GENERAL OBJECTIVES AND REQUIREMENTS
Title of Project: Medical Center wide modular infusion pumps, syringe pumps, PCA modules, EtCO2 modules, PC unit, and poles.
Background:
G.V. (Sonny) Montgomery VA Medical Center requires the procurement of modular infusion pumps, syringe pumps, PCA modules, EtCO2 modules, PC unit, and poles.
These infusion pumps will be used VA Medical Center wide. These infusion pumps and syringe modules are required for large volume infusion that continuously or intermittently deliver medications, fluids, and blood/blood products to Veteran patients. The PCA modules are required to integrate syringe-based patient controlled analgesia with the PC unit. The EtCO2 modules are required to continually monitor respiratory to reduce the risks of opioid infusions. This module pauses a PCA infusion if the Veteran s respiratory status falls below defined limits.
Objective:
The Government is seeking qualified responsible sources able to provide a full-service procurement and delivery of modular infusion pump equipment; pricing shall be all inclusive. The contractor shall be required to minimally provide the following Contractor methods for:
Project management for full-service procurement and delivery of modular infusion pumps at the VA Medical Center
Full-service trade-in of current infusion pump fleet including pickup from VA Medical Center.
Quality control process of equipment delivery for procured equipment
Key personnel to perform delivery of new equipment and pickup of trade-in equipment.
Qualified staff to perform QC tests on new equipment
Specific Infusion Pump Requirements:
Equal or Better to Alaris Models 8015, 8100, 8110, 8120, 8300, and 925-0176 as outlined below:
231 PC Unit total (model 8015)
348 Pump module (model 8100)
6 Syringe module (model 8110)
25 PCA module (model 8120)
33 EtCO2 module (model 8300)
50 Poles (model 925-0176)
Associated Manager licenses and implementations
1 year annual Software Management Service equal to Level 3 Alaris System
Features:
Alaris PC Unit Model 8015 Equal or Better:
Infusion Pump shall have the ability to set flow range from 0.1 -999
Shall have drug/dose calculator
Shall have the ability to set volume to be infused (VTBI)
Shall have the ability to set KVO rate (0.1 20)
Shall have the ability for automatic piggybacking
Shall deliver medication by IV tubing
Shall have a front panel lock out.
Shall have the ability to have 4 modules connected
Shall have a needleless IV connection
Shall have a free flow safeguard
Shall have audible alarms to detect the following: set disengaged, door opened, system malfunctions (low battery/dead battery), occlusion downstream or upstream, air in line, and infusion terminated
Shall have the ability to pause alarm
Shall have a dose reduction system such as a guardrail library
Guardrail library shall have the ability to be programmed with a minimum of 1000 drugs and fluids.
Shall have the ability to display volume infused.
Multi-channel Infusion Pump solution that incorporates Large Volume Pumps, Syringe Pumps, PCA, EtCO2 Monitoring on a single platform
Shall have the ability to add multiple channels (Infusion, PCA, Syringe)
Shall have a rechargeable battery.
Shall not weigh more than 7 lbs;
Infusion pump dimensions shall not be exceed 9.0 x 7.0 x 10in
Shall include a 5 year warranty on all parts and hardware
Alaris Pump Module Model 8100 Equal or Better:
Dimensions shall not exceed 9.0 x 4.0 x 6in
Shall not weigh more than 3 lbs.
Shall be compatible with infusion pump PCU in 2.5.1
Continuous and Intermittent delivery of fluids
Shall include a 5 year warranty on all parts and hardware
Alaris Syringe Module 8110 Equal or Better:
Shall be compatible with infusion pump
Shall include a 5 year warranty on all parts and hardware
KVO rate can be set in System Configuration, in 0.01 mL/h increments, as follows: 0.01 - 2.5 mL/h (0.01 - 0.09 mL/h available for 1 mL and 3 mL syringes)
Alarms - Channel Disconnected, Check Syringe
Driver Not Engaged, Occlusion, Pressure Disc Installed
Pressure Disc Removed, Syringe Empty
Messages - After Call Back, Anesthesia Mode
Bolus Dose Complete, Delay Complete, Infusion Complete
Infusion Complete-KVO, NEOI (Near End of Infusion)
Panel Locked, Panel Unlocked, Pause, Start Time for Next Dose Has Passed
Syringe Not Recognized
Alaris Model 8120 & 8300 or Equivalent
Capable of continuously monitoring end tidal CO2 (EtCO2), Fractional Inspiratory CO2 level (FiCO2), and Respiratory Rate (RR).
Capable of pausing the PCA module when patient s respiratory rate hits hospital defined level to prevent further respiratory depression; when paired with Alaris PCA module.
Must have programmable alarm features to monitor EtCO2, FiCO2 and RR when connected to infusion pump PCU
Shall include a 5 year warranty on all parts and hardware
System manager software installed on each pump
÷ The software shall have the ability to:
o Pump synchronization and tracking
o Infusion Information Retrieval
o Double-check protection
o Dedicated IV fluid library
o Customizable clinical advisories
o PCA pause protocol
o The infusion pump shall be capable of receiving drug library updates via wired or wireless connection, and the libraries should be configurable on a per unit basis. Wireless connectivity must be FPIS 140-2 compliance certified
Fifty (50) poles
Poles shall be rust proof and all painting on poles shall be rust proof
Poles shall have six leg base
Pole height shall be adjustable
Poles shall have eight hook rake top
Poles shall be compatible with equipment listed above
Specific Questions to Industry:
Can your company provide the service? If so, please submit a capabilities statement.
Please provide a brief overview of the delivery service.
Does your company offer these services on GSA, NAC or any other IDIQ contract? If so, what is the contract number?
What is the average turn-around time for delivery of these devices?
How are traded devices picked up from the Medical Center?
Can you provide proof that your staff is fully trained and competent to provide this service?
What is the socio-economic status of your company?
Provide a description of your quality control process.
Does your company provide the delivery and pickup service at other VA facilities or commercial hospitals? If so, please provide contract & contact information.
What are the projected costs (unit price) for equipment quantities as listed above?
Do you have a sample PWS you can share?
Do you have sample or recommended evaluation criteria you can share?
What is the standard warranty for parts, hardware, and service on the equipment? Written as a single line item
Do you provide a 4-year extended warranty for hardware and parts? Written as a single line item.
Please provide literature of the equipment to be quoted in a solicitation if possible.
Bid Protests Not Available