Skip to main content

An official website of the United States government

You have 2 new alerts

6350--DC Patient telemonitoring system

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Jan 28, 2025 09:48 am EST
  • Original Response Date: Feb 04, 2025 01:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Feb 14, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6350 - MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code:
    • 334512 - Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use
  • Place of Performance:
    Department of Veterans Affairs Washington DC VAMC Washington , DC 20422
    USA

Description

Page 3 of 3 THIS REQUEST FOR INFORMATION IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. This is a Request for Information (RFI)/Sources Sought Notice (SS), this is not a Request for Quotes (RFQ) or Request for Proposals (RFP). No formal solicitation document exists at this present time. This is not a solicitation announcement. The purpose of this Sources Sought notice NAICS 334512 Automatic Environmental Control Manufacturing for Residential, Commercial, and Appliance Use PSC 6350/J042 NAIC size standard of () employees for the Washington DC VAMC. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SEWP, SAM, or GSA ebuy. REQUESTED INFORMATION If you are interested and capable, and can provide the required service/product, please provide completed information for questions 1-17 as indicated below: Responses to this Sources Sought notice shall also include: company name, address, point of contact, if applicable contract number, product brochures, place of manufacturer, NAIC/PSC codes, Sam Uei number, and business size: Is this service/product open market pricing? Yes/No Is open market priced online? Yes/No Provide vendor s business size status and representations NAIC and PSC code? Does vendor have capability, product, and interest for Brand name Careview tele sitter end item product requirement? Yes/No Does vendor have capability, product, and interest of an equal end item product? Yes/ No If equal product end item; provide equal product name/model/ product brochure/ specification sheet/warranty/life expectancy/maintenance requirements information. Where is brand name end item product place of manufacturer? Where is equal end item product place of manufacturer? Is interested vendor LG/SB/SDVOSB/VOSB (which BS) manufacturer or (which BS) authorized distributor of an equal domestic end item product? Is interested vendor LG/SB/SDVOSB/VOSB (which BS) manufacturer or (which BS) authorized distributor of brand name a domestic end item product? Is interested vendor LG/SB/SDVOSB/VOSB (which BS) manufacturer or (which BS) authorized distributor of nondomestic brand name end item product? Is interested vendor LG/SB/SDVOSB/VOSB (which BS) manufacturer or (which BS) authorized distributor of nondomestic equal end item product? Provide a copy authorized distributor letter if vendor is not the manufacturer. Is software offered FEDRAMP, VA TRM, VA SAAS, and FIP certified/approved? Does vendor have MOU to install software and provide software name. SOW GENERAL INFORMATION TECH REQUIREMENT Offer privacy mode to ensure compliance with HIPPA regulations. Meet VA TRM, VA SAAS, and FEDRAMP requirements. Meet VA security policy and HIPAA compliance. Hospital-grade infrared light solution to permit low light visibility. Allows continuous audio and visual patient monitoring with two-way audio capabilities as well as prerecorded one-way audio messages available in multiple languages to allow for false alarms/immediate/early patient verbal response with provider. No remote retention of images or video feeds storage. Allow real time viewing only. Must include a monitoring platform and analytics dashboard that documents patient risk events. Monitoring platform to alert monitor of a potential patient movement, fall, patient elopement, patient self-harm, staff injury, Capable of monitoring up to 40 patients at once. 24/7 support based in the United States. Mobile cameras with both wireless and wired connections with 2-way audio and 2-way video., LCD monitor for 2-way video, HDMI ports and USB ports. Wireless connections must be at least FIPS 140-2 certified. Both mobile and hardwired cameras must have FIPS certification number. Hardwired cameras must be capable of wireless and wired connections with built in RFID for camera tracking and room identification, 2-way audio and 1-way video capabilities. Camera requires (360 degrees pan), tilt and zoom views (allow for full room and close up viewing) to meet VA requirements for patient safety includes (all screws must be tamper resistance, no exposed cords). Remote viewing station must include all required hardware and accessories. Software should have manual detection RFIS/ GPS parameter options for room bed and chairs. Have real time ability to view only monitor video feeds remotely for event notification with logged encounters through notes. Ability to communicate in multiple languages via 1-way prerecorded messages. End user ability to redirect veterans with built in 2-way audio. Must integrate with programmable 2-way medical communication devices to notify clinical staff of fall risks. Monitor feed video reports sort video feeds in interface by sitter classification and camera status, specify region of interest to zoom in while maintaining full visibility of room. Solution to visually and verbally monitor denote when physical sitters are in use, conduct 2-way telehealth consultations between provider/clinician and veteran. Able to visually monitor and communicate via 2-way audio and video. Solution to meet standard reports for real-time analytic dashboard: clinical performance, outcome summary, utilization, shifts, bed event history, patient event history and user performance. Software must integrated with existing VA software Vocera, GetWell, Electronic Health Record, Active Directory No in-room alarms. Must be able to install 15 hardwired and 8 Mobile camera and all accessories by required POP. NOTES All Capability Statements/Responses to this Sources Sought notice shall be submitted via email stephanie.henderson3@va.gov Telephone, Fax, or any other form of communication inquiries will not be reviewed or accepted in response to this Sources Sought notice. Responses to this Sources Sought notice must be received no later than 2/4/25 at 1:00 p.m. (Eastern Standard Time). This Sources Sought notice is to assist the VA in determines sources only. A solicitation is not currently available. If a solicitation is issued, it may or may not be announced at a later date, and all interested parties shall respond to that solicitation announcement separately from the responses to this Sources Sought notice. DISCLAIMER This Request for Information (RFI) is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked a proprietary will be handled accordingly in accordance with (IAW) Federal Acquisition Regulation (FAR) 15.201(e), RFIs may be used when the Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses incurred associated with responding to this RFI. End of Notice

Contact Information

Contracting Office Address

  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Feb 15, 2025 12:04 am ESTSources Sought (Original)