J063--Temperature and Humidity Monitoring System & Services BPA for VISN 20 Locations
ID: 36C26025Q0053Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF260-NETWORK CONTRACT OFFICE 20 (36C260)VANCOUVER, WA, 98662, USA

NAICS

Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables (334513)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (J063)
Timeline
  1. 1
    Posted Oct 30, 2024, 12:00 AM UTC
  2. 2
    Updated Oct 31, 2024, 12:00 AM UTC
  3. 3
    Due Nov 7, 2024, 11:00 PM UTC
Description

The Department of Veterans Affairs is seeking qualified vendors to provide a Temperature and Humidity Monitoring System and Services through a Blanket Purchase Agreement (BPA) for various VISN 20 locations. The procurement aims to establish a firm-fixed price contract for the installation, monitoring hardware, software, and National Institute of Standards and Technology (NIST) certification over a five-year term, with a total funding ceiling of $7,000,000. This initiative is critical for ensuring compliance with VA directives regarding the storage of pharmaceuticals and medical supplies, necessitating a transition to a wireless, web-enabled monitoring platform that includes 24/7 support, training, maintenance, and annual recalibrations. Interested parties must submit their company information, size classification, proof of service provisions, and price lists to the primary contact, Peter Park, at peter.park2@va.gov by November 7, 2024, at 3:00 PM Pacific Time.

Point(s) of Contact
Peter ParkContract Specialist
Peter.Park2@va.gov
Files
Title
Posted
Oct 30, 2024, 4:24 PM UTC
The Department of Veterans Affairs' Network Contracting Office 20 issued a Sources Sought Notice for a Temperature and Humidity Monitoring System & Services, with submissions due by November 7, 2024. The initiative aims to engage qualified small businesses, particularly Service-Disabled Veteran Owned and Veteran Owned firms, for a firm-fixed price service contract covering humidity monitoring services, hardware, installation, and NIST certification across multiple VISN 20 locations. The intended contract includes a Blanket Purchase Agreement (BPA) for five years, with a maximum price ceiling of $7,000,000. Bidders must provide specific information, including proof of authorization as service providers and experience in similar services. The required installation and support encompass real-time monitoring, help desk services, training, and regular calibration. Performance metrics and penalties for non-compliance are outlined to ensure contractor accountability. The document emphasizes the need for adherence to various standards and directives to uphold service quality and safety in VA facilities across Alaska, Idaho, Oregon, and Washington. Overall, this procurement aims to streamline temperature and humidity monitoring to enhance the storage conditions of medications and medical supplies within the VA medical centers.
The Sources Sought Notice from the Department of Veterans Affairs (VA) seeks market research for a Temperature and Humidity Monitoring System and Services Blanket Purchase Agreement (BPA) for VISN 20 locations. The notice aims to identify qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, and other small businesses interested in providing these services. The BPA is for a firm-fixed price contract covering installation, monitoring hardware, software, and NIST certification over a five-year term. The primary objective is to upgrade existing monitoring systems to a wireless, web-enabled platform that ensures compliance with VA directives surrounding the storage of pharmaceuticals and medical supplies. Requirements include installation, 24/7 support, training, maintenance, and annual recalibrations. Contractors must submit company info, size classification, proof of service provisions, and price lists for evaluation. The BPA allows for task orders totaling up to $7,000,000, with an annual review of contractor performance, emphasizing quality assurance and compliance with federal regulations. This notice serves as a preliminary solicitation to gauge interest and gather responses for appropriate set-aside decisions before a potential future solicitation.
Nov 1, 2024, 12:13 AM UTC
The document details a request for proposals (RFP) related to the acquisition of monitoring equipment and services for environmental control, likely within a healthcare or laboratory context. It specifies a variety of devices to monitor room conditions, including pressure, temperature, humidity, and equipment such as refrigerators, freezers, and dishwashers. The itemization includes one unit each of the mentioned devices. In terms of services, the document outlines annual maintenance support, installation, configuration, training, on-site calibration, and NIST recertification of the tracking systems for temperature and humidity. The information suggests a comprehensive approach to ensuring operational efficiency and compliance with standards for monitoring environmental parameters, which is critical for safety and regulatory adherence. This RFP is essential for identifying providers who can meet specific technical needs and provide ongoing support in maintaining these systems.
Lifecycle
Title
Type
Sources Sought
Similar Opportunities
TEMPERATURE AND OTHER ENVIRONMENTAL CONTROL MONITORING SERVICES
Buyer not available
The Defense Health Agency (DHA) is soliciting proposals for Temperature and Other Environmental Control Monitoring Services at the Walter Reed National Military Medical Center (WRNMMC) in Bethesda, Maryland. The contract requires the contractor to provide maintenance, technical support, and monitoring services for an existing environmental monitoring system, which includes a total of 1,200 inputs across seven management nodes, ensuring compliance with regulatory standards and operational reliability. This procurement is critical for maintaining the health and safety standards within military medical facilities, emphasizing the need for modernized systems and stringent data security measures. Interested vendors must submit their proposals by April 15, 2025, and can direct inquiries to Judith S. Meynard at Judith.S.Meynard.ctr@health.mil or Erica S. Oh at erica.s.oh.civ@health.mil.
7A20--AvaSure TeleSitter Virtual Patient Monitoring OR EQUAL TO
Buyer not available
The Department of Veterans Affairs (VA) is seeking sources for a TeleSitter Virtual Patient Monitoring System, referenced under solicitation number 36C26225Q0791. This Sources Sought Notice aims to identify potential vendors capable of providing a comprehensive solution that includes software, hardware, installation services, project management, and clinical support services, all in accordance with NAICS code 541512. The initiative is focused on enhancing patient safety and care at the Greater Los Angeles VA Healthcare System by centralizing patient observation for those requiring continuous monitoring. Interested vendors must submit their responses, including evidence of capabilities and pricing, by April 25, 2025, to Dyne Kim at dyne.kim@va.gov.
6515--Install Self-Contained Humidifiers in Pharmacy Cache
Buyer not available
The Department of Veterans Affairs is seeking responses to a Sources Sought Notice for the installation of self-contained humidifiers in the pharmacy cache at the El Paso VA Health Care System in Texas. The procurement requires contractors to provide and install two UE005 humidifiers, along with necessary electrical and plumbing connections, in accordance with original equipment manufacturer (OEM) specifications. This equipment is crucial for maintaining optimal conditions in the pharmacy, ensuring the integrity of medications and supplies. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their capability statements, including business size status and estimated pricing, by 9:00 AM Central Time on April 14, 2025, to Michelle Cunningham at michelle.cunningham@va.gov.
6550--BD MGIT Mycobacterium
Buyer not available
The Department of Veterans Affairs (VA) intends to establish a Blanket Purchase Agreement (BPA) for the BD Bactec MGIT 960 Mycobacterial Detections System, which is crucial for automated Tuberculosis testing across various VISN 1 facilities. This procurement encompasses a five-year agreement that includes the provision of necessary instrumentation, supplies, reagents, maintenance services, and training for VA personnel, ensuring uninterrupted laboratory operations and compliance with regulatory standards. The selected contractor will be responsible for delivering FDA-approved equipment capable of efficiently processing Mycobacterium tuberculosis samples while maintaining stringent security and operational standards. Interested vendors must submit their responses to Contract Specialist Sarah Otis at Sarah.Otis@va.gov by April 25, 2025, as this is a sole source procurement with no solicitation currently available.
Z2DA--PAD B100 Chiller Room Leak Detector Replacement
Buyer not available
The Department of Veterans Affairs is soliciting proposals for the replacement of leak detectors in the PAD B100 Chiller Room at the VA Palo Alto Health Care System. This project aims to enhance facility safety by requiring contractors to provide all necessary personnel, equipment, and materials to complete the work within 15 calendar days after receiving a notice to proceed. The procurement is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and will be awarded based solely on price considerations, with proposals due by April 28, 2025, following a mandatory site visit on April 9, 2025. Interested contractors should contact Jessica I Newman at Jessica.Newman2@va.gov for further details and ensure compliance with all safety and regulatory requirements outlined in the associated documents.
DA01--Censitrac® software for the RTLS Instrument Tracking System (Base 4)
Buyer not available
The Department of Veterans Affairs (VA) intends to award a sole source contract to Censis Technologies Inc. for subscription services of the Censitrac® Real Time Location System (RTLS) at the James J. Peters Bronx VA Medical Center. This contract will cover a base period of one year, from June 1, 2025, to May 31, 2030, with the option for four additional years, and is aligned with FAR 8.405-6(a)(1)(B). The Censitrac system is crucial for tracking surgical instruments throughout the sterile processing cycle, thereby automating documentation for sterilization in various medical settings, including operating rooms and dental clinics. Interested parties that believe they can meet the requirements may submit written notifications by April 17, 2025, at 2:00 PM EDT, via email to Contract Specialist Lisa Harris at Lisa.Harris4@va.gov.
DA01--RFI 36C10B25Q0187 Asset Management VA-25-00053184
Buyer not available
The Department of Veterans Affairs (VA) is seeking information from vendors regarding an Asset Management Solution under Request for Information (RFI) number 36C10B25Q0187, aimed at potentially replacing the existing VistA Automated Engineering Management System/Medical Equipment Reporting System. The RFI specifically targets solutions capable of managing extensive asset and supply chain operations across VA facilities, which currently support over 150,000 users and handle significant asset values, with a focus on products like IBM's Maximo Application Suite. This initiative is part of the VA's ongoing efforts to enhance asset management capabilities while ensuring compliance with federal standards and interoperability with existing systems. Interested parties must submit their responses by April 15, 2025, at 10:00 AM Eastern Time, and can direct inquiries to Contract Specialist Michelle Prinston at michelle.prinston@va.gov.
LEXINGTON VAMC WATER QUALITY MONITORING/TESTING SERVICES
Buyer not available
The Department of Veterans Affairs is seeking vendors to provide Water Quality Monitoring and Testing Services for the Lexington VA Health Care System. This procurement aims to establish a firm-fixed-priced three-year Blanket Purchase Agreement (BPA) to ensure compliance with AAMI ST108 standards through regular water testing and the installation of sample ports for water collection. These services are crucial for maintaining water quality essential for medical device processing, thereby ensuring safety and adherence to healthcare standards. Interested vendors must submit their capability statements by April 17, 2025, to Elyse "Nicole" McVey at Elyse.McVey@va.gov, with the contract period expected to commence on May 1, 2025, and extend through April 30, 2026, with options for two additional years.
H999--Air Testing and Balancing
Buyer not available
The Department of Veterans Affairs is seeking a contractor to provide air testing, adjustment, balancing, and reporting services at the Tomah VA Medical Center and its associated clinics. The contract, which spans from May 1, 2025, to April 30, 2026, includes four optional extension years and requires compliance with the VA's HVAC Design Guide, ensuring proper airflow and room pressure in critical care areas. This procurement is vital for maintaining a safe and compliant healthcare environment for veterans, with an emphasis on contractor qualifications, including certifications from the National Environmental Balancing Bureau (NEBB) or the Associated Air Balance Council (AABC). Interested parties should contact Contract Specialist Derrick A Paquette at Derrick.Paquette@va.gov for further details and adhere to the specified solicitation timelines.
DA10--BNOE MIM Symphony DX Software
Buyer not available
The Department of Veterans Affairs (VA) is seeking to procure software licensing for MIM Symphony DX Analytics software, which is designed to enhance the analysis of prostate ultrasound and MRI scans. This procurement includes essential services such as corrective maintenance, software updates, and technical support, which will be provided either onsite or remotely to ensure optimal functionality. The initiative is crucial for improving patient care through advanced analytical capabilities while adhering to federal regulations and oversight procedures. Interested parties must submit a signed SF 1449 form, company details, and a price/cost schedule by April 14, 2025, with an estimated contract value of $47 million. For further inquiries, contact Tracy M Heath at tracy.heath@va.gov.