THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
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. IAW 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide an In-lab polysomnography equipment, brand name or equal product, that at a minimum meets the following salient characteristics:
Scheduling and Database:
HL7 ADT/orders scheduling
Polysmith PQ electronic patient questionnaire
Manage scanned and electronic files associated with patient
Priority and waitlist scheduling
Icon coded patient and record status management
Single click rescheduling
Electronic notes
Configurable date blocking
Staff schedule management
Day view with patient profile and picture
Administration and Lab Management:
Average time to each record status (recorded to scored, scored to interpreted, and interpreted to report completed)
No show statistics
Types of studies performed
Most frequent diagnostic and billing codes
Insurance provider breakdown analysis
Percentage of studies turned around and not turned around in 24 hours, 48 hours, 5 days and 10 days
Primary care, referring and reading physician synopsis
Technician percentages
Data Acquisition:
Recording interface connectivity with medical center s centralized scheduling to eliminate need for patient information entry to initiate a recording
Ability to right click on the patient s name to start a recording.
Configurable workspace to allow the user to customize their workspace environment
Start a recording with a single click from the calendar
Record video prior to starting acquisition
Real time AHI and TST indicators
Score study during acquisition with split window
Capture impedance checks
Selectable video and audio quality
Auto append
Dual screen support
Automatic MSLT/MWT timer and recording tool
Auto copy files to server or alternative media
Scoring and Patient Data:
Stage assist scoring
Snap Trend Plot
Custom Events wizard
One-Click editing
Configurable keyboard and mouse commands
Customizable workspaces
SpO2, EtCO2, transcutaneous CO2, and Ph artifact editing
Configurable watermarks
Status tracking
File size management
Video clipping and annotation
Multiple time bases with Time Guide
Channel zoom
Physician Interface:
24/7 phone support
HL7 Results interface
Customizable reports
Hyperlink data fields navigate to exact study location
Electronic signature
Airway Pressure Prescription interface
Desaturation analysis which can calculate and report desaturation events in bins of 2%, 3%, 4% and 5%
ASV reporting
Access electronic document attachments and questionnaires
High resolution trend plots
Programmable normative data
Customizable electronics questionnaires
Discrete HL7 results
Configurable Trend Snapshot
ICSD-3 coding
Multi-modality EEG/PSG System:
Simultaneous scrolling of live PSG and EEG data in separate montages
Separate recording modalities for EEG and PSG
Spike and seizure analysis
Selectable video and audio quality
Photic stimulation
Real time quantitative EEG trending
Segment PSG studies from long-term monitoring data
Compatible with amplifiers ranging from 27 to 256 channels
Amplifier:
100 M input impedance
IP addressable
25 EEG (full 10-20 montage)
Dedicated body position, EOG (2), ECG (3 with reference) and Chin EMG (3)
8 bipolar pair inputs
Internal SpO2
Internal mainstream EtCO2
Internal data storage
Built-in power isolation
6 DC inputs (expandable to 14 DC channels)
IS/IT Features:
Citrix compatible
Intel i5 7th-generation processor
4GB RAM
HL7 ADT/results interface improvements
Windowsî 7 compliant
Windows server 2008 R2 and 2012 compliant
Active directory
MSSQLî database
Auto copy copy files to a central location immediately after the study is collected. A backup copy resides on the local computer and is automatically deleted after a user defined period.
Remote physician access to live patient recording
Brand name Info:
Manufacturer: Nihon Kohden
Item Description: In-lab polysomnography and home sleep apnea testing with PSG-1100 Amplifier.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies that fulfill the required specifications.
If you are interested, and are capable of providing the sought out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to
[email protected]. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 17, 2018 at 10:00 a.m. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Bid Protests Not Available