The document outlines a Request for Proposal (RFP) by the Department of Veterans Affairs (VA) for a Patient Monitoring System upgrade at the Oklahoma City VA Medical Center. The solicitation, identified as 36C25925R0017, was issued to enhance healthcare delivery and comply with a specific Statement of Work. Proposals are due by February 23, 2025, at 4:00 p.m. EST, with a pre-bid site visit scheduled for February 10, 2025.
The procurement is set aside for small businesses, particularly service-disabled veteran-owned small businesses, emphasizing the VA’s commitment to empowering these entities. The applicable North American Industry Classification System (NAICS) code is 334510, relating to electromedical equipment manufacturing, with an established size standard of 1250 employees.
Contract clauses, terms, and conditions are also specified, alongside stipulations for electronic invoicing and limitations on subcontracting. The document reinforces compliance with federal regulations, highlighting requirements for maintenance of quality control, warranty provisions, and responsibilities associated with product delivery.
Overall, this RFP reflects the VA's objective to enhance medical capabilities while fostering small business participation in government contracting.
The Oklahoma City VA Medical Center has issued a Sources Sought Notice for a Patient Monitoring System Upgrade. This Request for Information (RFI) seeks market input regarding compliance with the Buy American Act, specifically inquiring whether the equipment proposed is manufactured in the United States. Respondents are instructed to be transparent about any items produced outside the U.S., including their country of origin. This notice is for research purposes only, with participation in future solicitations unaffected by response status. The deadline for responses is January 17, 2025, by 4:00 p.m. EST. A draft Statement of Work is attached for further reference, indicating the project’s scope and expectations. The notice emphasizes the importance of gathering relevant market data to inform potential future solicitations.
The modification notice pertains to an upcoming Request for Proposal (RFP) for a Patient Monitoring System Upgrade at the Oklahoma City VA Medical Center. The solicitation number is 36C25925R0017, and the anticipated posting date is set for approximately February 3, 2025. This update indicates that additional information, including details for a site visit, will be provided once the RFP is released. The project is designated for Service-Disabled Veteran-Owned Small Business Concerns (SDVOSBC) and falls under the Product Service Code 6515 and NAICS Code 334510. The Department of Veterans Affairs’ contracting office is located in Greenwood Village, Colorado, with Paul Zorch listed as the point of contact for further inquiries. Overall, this notification serves as a key advance notice to potential bidders regarding the procurement of essential medical system upgrades for the VA facility.
The Department of Veterans Affairs (VA) is preparing to solicit offers for a contract to upgrade the Patient Monitoring System at the Oklahoma City VA Medical Center. The request for proposals (RFP), identified as solicitation number 36C25925R0017, is set to open for responses by November 15, 2024, at 4 PM Eastern Time. The contract will be firm-fixed price and is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The applicable North American Industry Classification System (NAICS) code is 334510, which covers Patient Monitoring Equipment Manufacturing, with a small business size standard of 1,250 employees. The solicitation package will be accessible for download from the Contract Opportunities website on or around November 30, 2024. Interested parties are encouraged to monitor this site for any amendments to the solicitation. This pre-solicitation notice serves to inform potential bidders about upcoming opportunities related to the contract and establishes the framework for future engagement.
The Oklahoma City Veterans Affairs Health Care System seeks to procure a comprehensive Physiological Monitoring/Patient Monitoring and Telemetry System, aimed at enhancing patient care across various healthcare units, including ICU, anesthesia, and telemetry. The Statement of Work details the requirement for multiple types of patient monitors totaling over 300 devices, integrated into a secured network infrastructure for real-time patient data transmission.
The vendor must provide a solution that ensures seamless communication with existing VA systems like the PICIS Clinical Information System, offer robust alarm management, and maintain a thorough patient data archive. Installation and assembly services are included, with explicit conditions regarding site safety, equipment manuals, and compliance with VA network security standards.
Additionally, the project mandates a comprehensive Project Management Plan that includes testing, validation, and staff training programs for clinical and technical personnel. The final outcome aims to foster improved patient monitoring efficiency, safety, and overall quality of care in accordance with federal requirements for healthcare services. This initiative underscores the VA's commitment to modernizing its medical infrastructure while ensuring regulatory compliance and enhancing the patient experience.
A site visit is organized for a federal project at the Oklahoma City VA Medical Center, scheduled for 10:00 a.m. on February 10, 2025. The purpose of the visit is likely related to a request for proposals (RFP) concerning services or construction at the facility. Attendees are directed to the center located at 921 NE 13th Street, Oklahoma City, OK 73104. For further inquiries or details about the visit, contact Larry Fleshman at the provided email or phone number. This coordination reflects the government's efforts to engage with potential contractors and ensure accountability in fulfilling project requirements in accordance with the federal procurement processes.
The Oklahoma City VA Health Care System seeks to procure a comprehensive Physiological Monitoring/Patient Monitoring and Telemetry system. The initiative aims to supply, install, and maintain various patient monitoring equipment across multiple hospital areas, including Intensive Care Units (ICUs), telemetry units, surgery, and anesthesia. The document outlines specifications for various monitors, including ICU monitors (56 units), anesthesia monitors (14 units), Step Down monitors (24 units), and telemetry transmitters (120 units), among others.
Each monitor must meet specific technical requirements for patient data collection and integrate seamlessly with the existing VA PICIS Clinical Information System. The vendor is responsible for on-site assembly, installation, adherence to safety protocols, and compliance with VA network security standards. The procurement process emphasizes project management, training for personnel, and a robust project timeline to ensure proper implementation.
This proposal serves as a vital step in enhancing patient care and monitoring capabilities in line with VA healthcare standards, ultimately enabling better patient outcomes through improved monitoring systems and data management.
The VA Notice of Limitations on Subcontracting outlines mandatory compliance requirements for offerors bidding on contracts for supplies and products. Specifically, it asserts that awarded contractors must adhere to limits on subcontracting, ensuring that no more than 50% of the contract value is paid to firms that are not verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) or Veteran-Owned Small Businesses (VOSBs), and emphasizes the necessity of using domestic manufacturers or processors for supplies whenever applicable. Offerors must certify their status as either a manufacturer or nonmanufacturer, signifying compliance with the established criteria, including employee limits and operational engagement in relevant trade. Failure to comply with these stipulations may lead to penalties and potential legal ramifications. The document serves to protect the integrity of contracting opportunities for small businesses while providing the VA with oversight mechanisms to ensure adherence to these regulations throughout the contract lifecycle. Offerors must submit a signed certification with their proposals, which is critical for eligibility in the bidding process. The unyielding nature of these regulations signifies the government’s commitment to supporting veteran-owned enterprises and promoting accountability in federal contracting.