Texas Bids > Bid Detail

W065--Bed Rental

Agency:
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159330182788389
Posted Date: Mar 1, 2024
Due Date: Mar 6, 2024
Source: https://sam.gov/opp/90e1d070ee...
Follow
W065--Bed Rental
Active
Contract Opportunity
Notice ID
36C25724Q0416
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
257-NETWORK CONTRACT OFFICE 17 (36C257)
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)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 01, 2024 12:28 pm CST
  • Original Response Date: Mar 06, 2024 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 21, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W065 - LEASE OR RENTAL OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Dallas VA Medical Center 4500 S. Lancaster Road Dallas , TX 75216
    USA
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations.

The Department of Veterans Affairs Dallas VA Medical Center Surgical Service in Dallas, Texas intends to award a brand name or equal contract award for the purchase of Bed Rentals Base+4OY. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses, veteran-owned small businesses, small businesses, HUBZone small businesses and/or other large businesses capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items.

The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, women owned small business, HUB Zone, 8(a), small business or large business, relative to NAICS 339112 with a size standard of 1,000 employees. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement.

Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible.

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

2,000.00
DY

ENVELLA BED
LOCAL STOCK NUMBER: P0819A


0002

100.00
DY

EVELLA BED WITH TRAPEZE
LOCAL STOCK NUMBER: P0821A


0003

100.00
DY

TC BARIATRIC PLUS BED W/ FOAM
LOCAL STOCK NUMBER: P1840RE100


0004

200.00
DY

TC BARIATRIC PLUS W/ PULMONARY
LOCAL STOCK NUMBER: PI840RE300


0005

200.00
DY

ENVISION MRS
LOCAL STOCK NUMBER: P741A


0006

2,000.00
DY

THERAPY SURFACE
LOCAL STOCK NUMBER: P005787


0007

450.00
DY

COMPELLA W/ CLRT RENTAL
LOCAL STOCK NUMBER: P006746A


0008

450.00
DY

COMPELLA W/ AIR RENTAL
LOCAL STOCK NUMBER: P006747A


0009

450.00
DY

COMPELLA W/ FOAM RENTAL
LOCAL STOCK NUMBER: P006748A


0010

450.00
DY

COMPELLA W/ TRPZ, CLRT RENTAL
LOCAL STOCK NUMBER: P006749A

0011

450.00
DY

COMPELLA W/ TRPZ, AIR RENTAL
LOCAL STOCK NUMBER: P006750A


0012

450.00
DY

COMPELLA W/ TRPZ, FOAM RENTAL
LOCAL STOCK NUMBER: P006751A

STATEMENT OF WORK
Bed Rentals

SCOPE OF WORK: The contractor shall provide all labor, equipment, supervision and expertise, to provide maintenance services bed rental equipment to the VA North Texas Health Care System (VANTHCS), 4500 South Lancaster Road, Dallas, Texas 75216, for the sole purpose of patient care for our residents and are within defined time frames for services.

PERFORMANCE PERIOD: The period of performance will be 04/0l/2024-03/31/2029. This contract will be for one base year plus four (4) year options.
POP Dates:
Base - 04/01/2024 - 03/31/2025
OY1 - 04/01/2025 - 03/31/2026
OY2 - 04/01/2026 - 03/31/2027
OY3 - 04/01/2027 - 03/31/2028
OY4 - 04/01/2028 - 03/31/2029


Salient Characteristics:
Air Fluidized Therapy Bed
Bed:
Low Position - 21.5" High Position 34.75"
Overall length 92.5"
Therapeutic Weight Limit 350 lbs Head elevation range 0° - 60° Frame ground clearance 3"
Bead temperature control range 82° - 102°
Braking System
Individual-wheel braking and steer Bed Not Safe Alert
Standard Features:
Air Fluidized Therapy (lower body portion of bed contains silicone coated microspheres)
Pressure redistribution (upper body portion of bed)
Therapy Surface Designed for Flat & Step Deck Beds
Surface
Surface width (inflated) 35"
Surface length (inflated) 84"
Surface height (inflated) 10.875" for step deck frames/ 8"' for flat deck frames
Maximum Patient Weight limit 400 lbs.
Air Supply Unit
13.75"L x 14.5"W x 8.5"D
Weight 21 lbs.
Power Requirements
Power requirements 120v AC, 60 Hz
Standard Features
Pressure redistribution Low air loss
Shear Relief
Advanced Microclimate Therapy Vertical Air cells in foot section Turn assist
Head of Bed Angle Display and Alert Transport inflation time 2 hours minimum*
During transport or power failure, the air surface will stay at its current pressure levels
for approximately 2 hours.

Therapy Surface Designed for Flat Deck Frames
Surface
84"Lx 35.5"W x 8"0 Inflated Weight 45 lbs± 2 lbs
Maximum Patient Weight limit 500 lbs
Air Supply Unit
13.75"L x 14.5"W x 8.5"0
Weight 30 lbs± 2 lbs
Power Requirements
Power requirements 120v AC, 60 Hz
Standard Features
Pressure Redistribution Low Air Loss
Turn Assist Bed Exit alert HOB Sensor
Reminder Alert settings X-Ray cassette sleeve
Transport inflation time 3 hours minimum*
During transport or power failure, the air surface will stay at its current pressure levels for approximately 3 hours.
ICU Bariatric Bed System
Bed
Low position - sleep deck to the floor 19" High position - sleep deck to the floor 38"
Maximum overall width 44.5"
Maximum overall length 81.5'' - 93.5"
Patient weight capacity 500 lbs
Must have motorized bed retraction and extension with one button from a minimum of 76 inches and maximum of 88 inches of usable mattress
Bed Angles
Head section 0°-65°
Knee section 0°-10°
Max Trend/Reverse Trend 15°/20°
Sleep Surface
Air Fluidized Therapy bead section 19" Wx45" L
Pressure redistribution foam 72"-84"L x 40"W x 7"H
Low air loss 72"-84"L x 40"W x 11"H
Caster & Braking System
6" caster size for easier mobility
Four-wheel braking
Brake not set alert
Brakes lock both rolling and swiveling
Standard Features
Full Chair and Chair egress position
Motorized Powered Transport
In-bed scale
Hands free CPR control
Sends data through a wired 37 pin connection with ability to control lights and TV
Battery backup
Head-of-bed alarms (30°/45°) Head and Trend angle indicators
Graphical caregiver touch screen
Radiolucent sleep deck
Powered bed length adjustment 72" - 84"
Patient-helper trapeze
Foam pressure redistribution surface
Optional low air loss surface with turn assist
Optional low air loss surface with Continual Lateral Rotation Therapy (CLRT) and Percussion & Vibration (P&V)
Stay in Place monitoring
Transport inflation time 2 hours minimum*
During transport or power failure, the air surface will stay at its current pressure levels for approximately 2 hours.
Med Surg Bariatric Bed
Bed
Low position - Sleep deck to floor 17"
High position - Sleep deck to floor 29"
Minimum overall width (width extenders retracted) 44"
Minimum overall length (foot extension retracted) 91" Ground Clearance 6.7"
Maximum Patient weight capacity 1,000 lbs.
Bed Angles
Head section 0-48°
Knee section 0-20°
Max Trend/Reverse Trend 12°/10°
Surface
Pressure redistribution foam 80"-88"L x 40"-50"W x 8"H
Low air loss 80'.'-88"L x 40"-50" W x 8.5"H
Caster & Braking System
Four-wheel braking
Brake Not Set Alert
Must have voice prompt indicating when the 37pih nurse call cable is NOT plugged in
Standard Features
Air Fluidized surface
Manual bed width expansion from 40" - 50"
Manual bed length adjustment from 80'' - 88''
HOB angle indicators
Integrated caregiver and patient controls
In-bed scale Battery backup
Foam pressure redistribution surface with side air bolsters
Optional low air loss surface with turn assist
Optional Patient-Helper Trapeze
Transport inflation time 2 hours minimum*
During transport or power failure, the air surface will stay at its current pressure levels for approximately 2 hours.

1.0 Introduction
Dallas VA Medical Center (VANTHCS) provides pressure redistribution mattresses to all hospitalized patients as part of the standard hospital bed. However, in certain circumstances such as multiple wounds, pressure ulcers, body surface area, ce11ain respiratory and medical conditions, the mattress and/or even the entire bed frame must be replaced to provide optimal care to the patient. These specialized surfaces are obtained from various vendors and are rented for a limited period of treatment. Historically rental has been preferred for these specialty items.
Storage, cleaning, maintenance, and repair are provided by the vendor. The contractor shall provide all required services and parts for the VA equipment in accordance with the original equipment manufacturer specifications.
Standards and Specifications: Beds must be compatible with all functionalities of the Navi Care Nurse Call System currently in use throughout the facility (See Note 2). All beds must meet Safety Listing UL 2601-1 and Power requirements 120 V AC, 60 Hz.
Must have computerized controls to manage head elevation adjustment, pressure zones, or micro-climate necessary to mitigate patients with wound care requirements. Meet salient Characteristics as prescribed (See Note 3 attached).
Must meet the clinical definitions from the National Pressure Ulcer Advisory Panel on Air Fluidized as it pertains to support surfaces.
Powered Transport is necessary for bariatric patients to mitigate staff injuries and patient lifts with bariatric accessories to enable walking support to patients. Must be able to reduce heat and moisture at the surface, or ability of keeping patient's skin cool and dry. Continuous Lateral Rotation Therapy or Turn Assist for patient turning by staff to prevent work related injuries.

Key Assumptions

Vendor will have access to the VANTHCS
Qualified technicians will deliver and set up equipment
Qualified technicians will remove VANTHCS equipment and properly store in designated area (currently storage room near the loading dock)
Vendor accepts responsibility for damages to equipment incurred during delivery/set­ up or retrieval.
End users will notify Wound Care staff to initiate contact to vendor for equipment based on patient care needs. Upon delivery and on request vendor shall provide basic instruction to end users on usage, functionality, and troubleshooting of equipment as necessary.

Vendor s Responsibility
Provide requested equipment as outlined below
Provide personnel
Provide supervision of its employees/technicians performing work on the VANTXHCS Campus
Provide technicians necessary for the delivery, set-up and retrieval of equipment
Shall establish and maintain a complete quality control program for the performance requirements of this contract
Scheduled Preventative Maintenance
Equipment shall be routinely evaluated and maintained for performance in accordance with manufacturer s recommendation (Quarterly).
Routine preventative maintenance schedules shall not conflict with patient care activities.
Unscheduled Corrective Maintenance
Contractor is required to be available to provide corrective maintenance 24 hours a day, 7 days a week, 365 days a year (24/7/365).
Fix within 2-4 hours of call for repair
Swap for functioning equipment if unable to repair within 4 hours. Replacement equipment shall arrive within 4 hours if unable to repair
Delivery
Equipment shall be delivered to the VANTXHCS located at 4500 South Lancaster Rd. Dallas TX, to patient care unit and room defined at the time of contact for service.
Equipment shall be delivered and/or retrieved 24/7/365 upon request including all federal holidays.
Deliveries (i.e., vendor arrival to hospital) shall be made within 2-4 hours of request
Pick-up shall be made within 4-6 hours of notification equipment is no longer needed.
During the hours of 7:00 AM to 5:00 PM the vendor will report to the patient unit and unload the equipment ordered. A receipt of ordered equipment should be taken to Wound Care in the basement of building-2 room BA33. Contact ext 70680 or 72254 to confirm Wound Care staff availability.
During the hours of 5:00 PM to 7:00 AM the technician will contact the Clinical Coordinator at 214-857-0611 or pager 214-759-1603 upon arrival at patient care unit.
Equipment shall be delivered to the requested patient care unit and retrieved form the storage room (loading dock) VANTXHCS without the assistance of any government employee.
Documentation
Pick-up and delivery records
All scheduled and unscheduled maintenance of all vendor supplied equipment on VANTXHCS campus
Maintenance manuals for all equipment
Operation/ User manuals for all equipment to be available upon request
Receipt of delivery
To be obtained by vendor technician from the patient care unit charge nurse or designee where the equipment was delivered
Copy of receipt will be taken to Wound Care located in the basement of building-2 room BA33. Contact ext 70680 or 72254 to confirm Wound Care staff availability during the hours of 07:00 AM- 5:00 PM. Located in the basement of Bldg 2, room BA33 (except Federal Holidays).
Copy of receipt will be left on the 9th floor Nursing Service drop box located outside the Nursing Administration office (next to the wood doors) during the hours of 5:00 PM- 07:00AM and 7:00am to 5:00 pm on Federal Holidays.
Billing will cease upon notification equipment is no longer needed.

4.0 Acceptance Criteria
4.1 Conformance with standards and specifications as outlined in paragraphs 1.2 and 1.3 of this document.

Governments Responsibility
Contact vendor when patient needs meet criteria for equipment
Provide access to location where equipment is to be delivered, retrieved, repaired, or maintained.
5.3 Notify vendor promptly of malfunctioning equipment

6.0 Schedule
6.1 This contract is effective from March 1 or date of award if later, through February 28, 2020, or later as authorized by the Contracting Officer's exercise of one or more options incorporated into the contract. However, funding is subject to the availability of funds. Therefore, no services shall be performed unless authorized in writing by the Contracting Officer. Contract period is expected to cover a base period plus four one-year option periods.

HOURS OF WORK: Beds will be delivered on an as needed basis for patients per request of the Wound Care Team or Clinical Coordinators.

National holidays observed by the Federal Government are as follows:

New Year's Day I January
Martin Luther King's Birthday Third Monday in January
President's Day Third Monday in February
Memorial Day Last Monday in May
Juneteenth Day 19 June
Independence Day 4 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day 4th Thursday in November
Christmas Day 25 December

If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday.

DELIVERY LOCATION: Throughout VANTHCS as directed by the Wound Care Team or Clinical Coordinators.

SCHEDULE FOR RETURNS: Equipment to be returned will be picked-up in 4-6 hours unless by mutual agreement to hold in event unusual circumstances and delivery will be within same day if request is made by 12 noon. If the request is made after 12 noon, delivery is expected by 8am of the following day. Broken equipment must be picked-up as soon as possible.

10.0 IDENTIFICATION/PARKING

The contractor's employee(s) shall always wear visible identification while on the premises of the VANTHCS. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the Police and Security Section.

The Contractor, at his/her own expense, shall provide all employees with a Contractor Identification Card (ID), prior to performing work under this contract. Contractor employees are required to always display this card when performing under this contract. The Contractors employee shall sign each card issued. Employees released from service by the Contractor shall have their card collected by the Contractor. All cards shall contain an expiration date and photograph of the employee. All cards shall be destroyed upon contract completion or termination of the contract. The contractor's onsite supervisor shall ensure that all employees carry and display their card when on duty and are prepared to present them upon request. The Contracting Officer Representative (COR) shall periodically verify cards of contract employees match their personal identification.

PERMITS AND RESPONSIBILITIES

The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract at no additional cost to the Government. The Contractor shall obtain these permits, licenses, and appointments in compliance with applicable host country laws. In addition, contract termination shall result if the required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, JCAHO, etc., and shall comply with all standards and/or requirements.

CONTRACTING OFFICER REPRESENTATIVE (COR)
The contracting officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. Such designation will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor.

CONDUCT OF PERSONNEL

The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this SOW any person whose employment would result in a conflict of interest with the Government's standards of conduct.

PERSONNEL REMOVAL

Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this SOW.

The Contracting Officer or designated representative (COR) may require the Contractor to remove any employee performing requirements under this SOW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COR that such action(s) is in the best interest of the Government.

15.0 PERSONNEL APPEARANCE

Contractor employees shall be well-groomed, clean, and neat in appearance; clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, and anti-­ American or which advocates the use of illegal drugs or other unlawful conduct.

PERSONNEL COURTESY
Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor will be ground for denying the employee further access to the VA premises.

ALCOHOL AND ILLEGAL DRUG USE

Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this contract. The contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Contractor employees found to be under the influence of alcohol or illegal drugs during working hours will be immediately removed from duty. For this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the method(s) by which employees will be determined to be under the influence of alcohol or illegal drugs.

VEHICLE CONDITION AND MARKINGS

All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition as determined by the Contracting Officer or COR. Contractor vehicles shall be clearly marked to be distinguishable from Government Equipment. Markings shall include, but not limited to, the Contractor's name and telephone number on all equipment and vehicles used to carry out the requirements of the contract. Contractor vehicles will follow parking rules while on US government property and is subject to tow if illegally parked.

CONFIDENTIALITY

The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and
after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COR upon request.
CONTRACTOR PERSONNEL

The Contractor is completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all VA building regulations, policies, and guidelines while on the premises. Contractor personnel shall be free of body odor and wear clean clothing (uniforms as appropriate) while performing duties under this contract. The Contractor shall consider the clinical environment and instruct/train their personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract.

INSURANCE
The Contractor shall procure and maintain for the entire contract period, Workmen's Compensation and employers Public Liability Insurance in accordance with laws of the State of Florida. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. See FAR 52.228-5, Clauses Section. Contractor shall provide the CO with an original signed copy of Insurance Certification with appropriate coverage, no later than ten ( I 0) calendar days after notice of award. The contractor will notify the VA immediately of any changes in insurance coverage.

Failure to submit documentation regarding the above insurance requirement shall be grounds to terminate the contract for default.

CHANGES TO CONTRACT: The contracting officer is the only person
authorized to modify this order.

METHOD OF PAYMENT: Vendor to mail or fax invoices to Austin TX for customer to certify through utilization of the !PPS- Invoice Payment Processing System
Invoices: All invoices must be encrypted when sending a copy to VANTHCS through Microsoft Outlook.

Items Needed:
Compella w/ Air Rental
Compella w/ CLRT Rental
Compella w/ Foam Rental
Compella w/ Trpz Air Rental
Compella w/ Trpz CLRT Rental
Compella w/ Trpz Foam Rental
Envella Bed
Envella Bed with Trapeze
Envision MRS
P500 Therapy Surface
TC Bariatric Plus Bed w/Pulmonary
TC Bariatric Plus w/Foam
Note 1: Equipment must be able to accommodate patients with the following special needs:
I. Multiple pressure ulcers
Complex wounds
Polytrauma injuries
Bariatric patient requiring this type of mattress
Lateral rotation
Prevention/treatment of pneumonia

Note 2: Equipment must be compatible with all functionalities of the current Navi Care Nurse Call System currently in use throughout the facility. Must be able to transmit via 37 pin connectors to the current Navi Care Nurse Call System into the nurse's station.

NAVICARE Nurse Call Functionality:

Bed Position (Low/High)
Motor Lock out (head, knee etc.)
Side Rail Position
Brakes on/off
Safe view lights on/off
Head of bed angle
Patient Weight
Bed exit alarm on/off
Head of bed alarm on/off
Nurse call alarm status
Surface mode
Percussion on/off
Rotation on/off
Bed type
CPR status
Service required status
Bed Network configured
Bed exit feature installed
Air Surface feature installed
Bed Brake switch installed
Foot trail switch installed
Head rail switch installed
Nurse call switch installed
Enhanced communication ready
Scale feature installed
PPM feature installed
Data collection and analytics reporting capability
Visual notification of compromised safety conditions
Automated patient surveillance and wireless alerts
Percussion and vibration therapy module enabled
BIOMED /IT Efficiency troubleshooting report
Bed status monitoring when not in protocol position
Integrates with the Cen Trak RTLS solution
Clinical protocol reminders
Real-time dashboards and reporting
Attachments/Links
Contact Information
Contracting Office Address
  • 5441 Babcock Road Suite 302
  • San Antonio , TX 78240
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >