6515--Patient Monitoring System Upgrade for the Oklahoma City VA Medical Center
ID: 36C25925R0017Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFNETWORK CONTRACT OFFICE 19 (36C259)Greenwood Village, CO, 80111, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for a Patient Monitoring System upgrade at the Oklahoma City VA Medical Center. This procurement aims to enhance healthcare delivery by supplying, installing, and maintaining a comprehensive physiological monitoring system across various hospital areas, including Intensive Care Units and telemetry units, in accordance with the provided Statement of Work. The initiative is crucial for improving patient care and monitoring capabilities, ensuring compliance with VA healthcare standards. Proposals are due by February 23, 2025, at 4:00 p.m. EST, with a pre-bid site visit scheduled for February 10, 2025. Interested parties can contact Contract Officer Paul Zorch at paul.zorch@va.gov for further information.

    Point(s) of Contact
    Paul Zorch (CO)Contract Officer
    paul.zorch@va.gov
    Files
    Title
    Posted
    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.
    Similar Opportunities
    6515--HEMOSPHERE ADVANCED MONITORING SYSTEM Pittsburgh VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of one Hemosphere Advanced Monitoring System for the VA Pittsburgh Healthcare System's Critical Care Department. This system, which includes the Cardiac WIN10 with Swan-Ganz module, oximetry cable, and pressure cable for Acumen IQ/Flotrac, is intended to enhance hemodynamic monitoring capabilities for cardiac surgery patients, thereby improving patient care and potentially reducing mortality rates. The procurement is justified as a single-source acquisition due to the system's existing use within the facility and the necessity for consistent and reliable medical equipment in critical care settings. Interested vendors must submit their offers by 4:00 PM EST on February 7, 2025, and can direct inquiries to Contract Specialist Olivia A. Osborne at olivia.osborne@va.gov. The total value of the procurement is estimated at $65,895.
    Philips Telemetry System and Packs
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the acquisition of a Philips Telemetry System and Packs for the Kansas City Veterans Affairs Medical Center. The primary objective of this procurement is to enhance patient safety and telemetry monitoring capabilities through the installation of specific Philips equipment, particularly for the newly activated 4E unit. This initiative underscores the VA's commitment to upgrading medical technology while providing opportunities for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) to participate in federal contracting. Interested bidders must submit their offers by February 7, 2025, and direct any inquiries to Veronica (Betty) T Flores at Veronica.Flores@va.gov.
    6515--Fleet replacement of telemetry equipment, Shreveport, LA
    Buyer not available
    The Department of Veterans Affairs is seeking quotations for the replacement of telemetry equipment at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to acquire brand name or equivalent Philips monitoring equipment, which is critical for enhancing patient care and operational efficiency at the facility. The contract requires the installation of the new Patient Monitoring System within 90 days of award, ensuring compatibility with existing systems, and includes a site survey scheduled for January 28, 2025, with quotes due by February 7, 2025, at 2:00 PM CST. Interested vendors can reach out to Tammy DeMille at tammy.demille@va.gov or T Miller at t.miller@va.gov for further inquiries.
    Q510--(635) (HCR) OKC VAMC Onsite Neuromonitoring Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide onsite neuromonitoring services at the Oklahoma City Veterans Affairs Medical Center (OKC VAMC). The primary objective is to contract a Certified Surgical Neuromonitorist who can deliver neurophysiologic monitoring during surgeries, ensuring patient safety and minimizing the risk of nervous system damage. This service is crucial for maintaining the integrity of neural structures during surgical procedures, with an estimated workload of approximately 135 cases per year. Interested parties must submit a statement of capability by 1:00 PM Mountain Standard Time on February 12, 2025, to Contract Specialist Catherine Kennedy at catherine.kennedy@va.gov, adhering to specified formatting requirements. The anticipated contract duration includes one base year and four optional years, with a focus on compliance with national standards for quality and safety in healthcare services.
    6515--Cardiology Communication System Comparative Evaluation and Brand Name or Equal
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of a Cardiology Communication System, specifically headsets, for the Pittsburgh VA Healthcare System. The solicitation outlines the need for headsets with features such as noise cancellation and compatibility with hygiene covers, along with the required quantity and specifications for chargers and base stations. This initiative aims to enhance communication within the healthcare environment, ensuring quality and safety in medical operations. Interested small businesses must submit their proposals electronically by February 5, 2025, with delivery expected within 60 days post-award. For further inquiries, contact Mae L McGarry at Mae.McGarry@va.gov.
    Q521--Portable Sleep Studies
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a contract focused on providing Portable Sleep Studies via WatchPATONE, aimed at enhancing healthcare services for veterans. This procurement seeks to establish a comprehensive service for Home Sleep Apnea testing, with an estimated total award amount of $25.5 million over a contract period from February 2025 to September 2029. The opportunity is set aside for small businesses, emphasizing the government's commitment to fostering small business participation while ensuring compliance with federal regulations. Interested vendors must submit their proposals by February 18, 2025, and can direct inquiries to Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov.
    Monitor Installation - Chelmsford CMOP
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the installation of government-owned monitors at the Chelmsford CMOP facility in Massachusetts. This project involves specific requirements for the installation, including detailed electrical setups and mounting specifications for five monitors, with a focus on minimizing disruption by performing work outside normal operating hours. The contract is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) with an estimated project magnitude under $25,000, and proposals are due electronically by February 19, 2025. Interested contractors can contact Robert Gochenour at Robert.Gochenour@va.gov or by phone at 913-758-9918 for further details.
    6515--Holter Monitors, WI, 36C255-25-AP-0357, 589-25-1-4805-0001 (VA-25-00022215)
    Buyer not available
    The Department of Veterans Affairs (VA) is conducting a Sources Sought Notice to identify qualified vendors capable of supplying Holter monitors, specifically the SEER 1000 model, along with necessary accessories for the Robert J. Dole VA Medical Center located in Wichita, Kansas. Interested vendors are required to provide comprehensive company information, demonstrate their capabilities and past performance in similar contracts, and specify their business type, including whether they are manufacturers or distributors and if they will source any items from small business manufacturers. This procurement is crucial for ensuring the availability of quality medical supplies that enhance service delivery to veterans, with a strict prohibition against gray market goods, requiring vendors to be authorized dealers or distributors of original equipment. Responses must be submitted by 2:00 p.m. (CST) on February 18, 2025, to Contracting Officer Paul Dixon Jr. at paul.dixon@va.gov, 913-946-1116.
    J065--Airstrip One Platform (VA-25-00042815)
    Buyer not available
    The Department of Veterans Affairs (VA) intends to enter into a sole source procurement for the Airstrip One platform and associated software licensing, specifically for the Veterans Health Administration's Tele-Critical Care (TCC) program. This procurement aims to secure essential GE patient monitoring system licenses that enable national TCC clinicians to access vital sign data, thereby enhancing patient care through remote clinical expertise and improved resource utilization. Interested parties are invited to submit capability statements by February 14, 2025, to Contract Specialist Lisa Strawbridge at lisa.strawbridge@va.gov, with the understanding that all submissions must demonstrate the company's qualifications and comply with federal security protocols. Registration in the System for Award Management (SAM) is required for eligibility, and the procurement is not open for competitive quotes.
    Q403--557-25-2-800-0006 Home Sleep Apnea Testing Base plus 4 (VA-25-00031638)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Home Sleep Apnea Testing Interpretation Services under solicitation number 36C24725Q0287. This procurement aims to address a significant backlog of sleep study consults by providing remote WatchPAT test interpretation services, along with the necessary equipment for veterans to conduct home sleep studies. The selected contractor will be responsible for sending out testing kits, interpreting the results, and supplying CPAP/BiPAP machines as needed, with services expected to operate Monday through Saturday and results delivered within 48 hours. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by February 11, 2025, to Contracting Officer Darius Crane at darius.crane@va.gov, ensuring compliance with federal regulations and standards throughout the process.