United States - 70--Patient Elopement System

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
25 June 2019
Opportunity publication date
20 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 19, 2019 12:14 pm

2 | Page

SOURCES SOUGHT

Erie VA Medical Center is looking for Service Disabled Veteran Owned Small Business (SDVOSB) that provide the supplies needed for Patient Elopement System. Please respond by 06/26/2019 10:00 am with requirements to provide the supplies. Email to debra.willard@va.gov See Statement of Work below:

Statement of Work

PRODUCT(S) NEEDED: Patient Elopement System

DATE NEEDED: July 15, 2019

END-USER: Nursing CLC Staff

TYPE OF CONTRACT: Firm-Fixed Price

ACQUISITION SPECIALIST: Tony Cuzzola

BACKGROUND:

The Department of Veterans Affairs, Erie VA Medical Center, has a brand name or equal requirement for a Patient Elopement System such as the Passport System by Stanley Healthcare that will be installed in the Community Living Center (CLC). The residents that live in the CLC have a wide range of cognitive function. While none are classified as having Alzheimer s, they may have altered levels of consciousness at times that could cause them to wander away from facility. The CLC is located adjacent to a busy State Highway and patient injury or death is likely if they were to wander into the flow of traffic

REQUIREMENT:

Contractor shall provide all labor, equipment, materials, apparatus, tools, transportation, supervision and disposal necessary to provide the implementation of a Patient Elopement System for the Community Living Center. This requirement is a brand-name or equal system to the Passport System by Stanley Healthcare.

The services shall include installation, initial training, continuing education, integration, software updates and all support covered. This purchase will also need to come with necessary computer hardware, software, licensing, power and communications wiring, magnetic door locks etc. to provide a completely operational elopement prevention system. Contractor shall also provide initial consumables for initial operation.

Exhibit A: Schematic Layout is provided for reference; however, contractors are advised to visit the site to observe actual field conditions prior to submitting a price. System will be installed in a newly constructed building that has not yet been fully occupied by the Government. The equipment is located at the VA Medical Center Erie Campus, 134 East 38th St; Erie, PA 16504

SALIENT FEATURES:

Must include computer hardware, software, UPS protection & licenses necessary for 26 concurrent users.

Must include receivers for (30) Residents with (50) cut-resistant bands.

Must include exciters/transmitters for (8) exits.

Must include magnetic door locks for (8) exit-doors.

Must include tie-in modules for (4) Stanley automatic doors.

Must include power & communication wiring for the above.

Must include installation of above by a certified technician.

Must include on-site training as detailed below.

TRAINING:

Training to be coordinated with a Government point of contact (TBD) and shall include two (2) consecutive 8-hour days for up to 50 staff. Days should consist of multiple sessions to accommodate staffing and shift changes. All costs associated with training (e.g. travel, rentals and expenses) shall be part of this line item.

INSTALLATION:

Patient Elopement System shall be a turn-key installation. Contractor shall provide all supervision, labor, material, tools, equipment, travel and expenses necessary to provide a FULLY FUNCTIONAL system. Contractor shall conform to all regulations including, but not limited to Federal, State and Local governing the use of chemicals, equipment or any other Work which may be used or performed in this Contract.

The installation and testing shall be performed by vendor trained personnel in accordance with the agreement. Technicians shall include fully qualified Facility Service Engineers (FSE) and a fully qualified FSE who will serve as the backup and show proof of competency, as shown by training conducted on said system. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in this statement of work. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to installation and testing. Proof of training shall be provided with proposal and upon demand from the CO / COR. All FSE s and technicians shall be authorized by the Contractor to perform the installation services. All work shall be performed by "Fully Qualified" competent FSE's. The COR and/or designated representative specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the VAMC equipment.

It is anticipated that any hospital regulatory inspections (Joint Commission, etc.) will require vendor-provided proof that they meet industry standards of quality, and traceable standards, as used to calibrate this device-system; at the time of the installation event

SERVICE MANUALS/TOOLS/EQUIPMENT:

The VAMC shall not provide tools, materials, (test) equipment, service manuals or service diagnostic software to the contractor. The contractor shall obtain, have on file, and make available to its Facility Service Engineer s (FSE) all operational and technical documentation (such as; operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name and/or the manuals themselves shall be provided to the COR and CO upon request.

DOCUMENTATION/REPORTS:

The documentation shall include detailed descriptions of the installation procedures performed. Installation reports must be sent to the COR or the requesting entity upon completion of the work. In addition, each report must, at a minimum, document the following data legibly and in complete detail:

A. Name of contractor and contract number.

B. Name of FSE who performed services.

C. Contractor service ESR number/log number.

D. Date, time (starting and ending), equipment downtime and hours on-site for service call.

E. Identification of equipment to be serviced:

Inventory ID number

Manufacturer's name

Device name

Model number

Serial number

Any other manufacturer's identification numbers

F. Itemized Description of Service Performed:

Labor and Travel,

Parts (with part numbers),

Materials

Circuit Location of problem

Corrective action.

G. Signatures:

FSE performing services described.

Authorized VA Employee who witnessed service described.

NOTE: - Any additional charges claimed must be approved by the COR or designated representative before service is completed.

REPORTING REQUIREMENTS:

The Contractor shall be required to report to the Police & Safety Office to check in. This check-in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with Biomedical Engineering and submit the ESR(s) to the COR or designated representative. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR or designated representative for an "authorization signature". If COR or designated representative is unavailable, a signed, authorized copy of the ESR will be left with the user.

CONDITION OF EQUIPMENT:

The Contractor shall accept responsibility for the equipment. Failure to inspect the equipment prior to installation of equipment will not relieve the Contractor from performance of the requirements of this contract.

TEST EQUIPMENT:

Prior to commencement of work on this contract, the Contractor shall provide the VAMC with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on VAMC's equipment. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to the Original Equipment Manufacture s standard.

IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS:

The Contractor's FSE's shall wear visible identification at all times while on the premises of the VAMC. The Contractor shall park in the appropriate designated parking areas. Information on parking is available from VA Police & Safety. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court.

TRANSPORTATION CHARGES:

All costs associated with transportation, from shipping point to the destination specified above, and all costs of removal after contract completion, shall be paid by the Contractor, and incorporated in the price proposal. The Contractor shall be responsible for all damage in transit including any transportation costs for replacement.

SECURITY & PRIVACY CONTROL:

Contractor will be on station to provide service and therefore required to take the generalized privacy training: Privacy Training for Personnel Without Access to VA Computer Systems or Direct Access to or the Use of VA Sensitive Information. Training is required upon hire and annually thereafter as long as the contract is in place. Contractor can self-enroll in TMS, take training course # VA20939, and provide a copy of the completed training certificate to the COR or, contractor can read the text version and provide a copy of the completed training certificate to the COR. If text version is reviewed, the COR will enter training as completed in TMS.

DELIVERY:

All items must be FOB Destination, 30 Days ARO, to the following location:

Erie VA Medical Center

Attn: Community Living Center

135 E. 38th Street Building #14

Erie, Pennsylvania 16504

Monday Friday from 8:00am 3:00pm

Opportunity closing date
25 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Veterans Integrated Service Network 4 Facilities United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?