Texas Bids > Bid Detail

6515--Olin E. Teague Veterans Medical Center Surgical Service is seeking to purchase Telehealth Camera Systems

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159615701778365
Posted Date: Mar 13, 2023
Due Date: Mar 19, 2023
Solicitation No: 36C25723Q0543
Source: https://sam.gov/opp/f92c70e55c...
Follow
6515--Olin E. Teague Veterans Medical Center Surgical Service is seeking to purchase Telehealth Camera Systems
Active
Contract Opportunity
Notice ID
36C25723Q0543
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 13, 2023 01:09 am CDT
  • Original Response Date: Mar 19, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 03, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334111 - Electronic Computer Manufacturing
  • Place of Performance:
    Olin E. Teague Veterans Medical Center 1901 Veterans Memorial Drive Temple , TX 76504
    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 Olin E. Teague Veterans Medical Center Surgical Service in Temple, Texas intends to award a brand name or equal contract award for the purchase of Telehealth Camera Systems. 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 334111 with a size standard of 1,250 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

2.00
EA

CR-2 PLUS AF NON-MYDRIATIC RETINAL CAMERA
LOCAL STOCK NUMBER: CR-2PLUSAF/US

0002

2.00
EA

HP AIO 800 PC W/WIRED KEYBOARD & MOUSE
LOCAL STOCK NUMBER: HP-AIO-PC.100

0003

2.00
EA

HP MONITOR ARM FOR AIO 800 SERIES
LOCAL STOCK NUMBER: BT861AA

0004

2.00
EA

IMAGE SPECTRUM CAPTURE PLUS SOFTWARE
LOCAL STOCK NUMBER: 1922A402

0005

2.00
EA

10FT USB A/B CABLE
LOCAL STOCK NUMBER: 1386V624

0006

2.00
EA

IMAGES SPECTRUM MODALITY WORKLIST
LOCAL STOCK NUMBER: 1922A398

0007

2.00
EA

K2 TABLE 20"x36"
LOCAL STOCK NUMBER: K2036RTP5

0008

2.00
EA

TASK/LAB STOOL W/BACK
LOCAL STOCK NUMBER: 2622908

0009

2.00
SE

MASTER CASTER W/LOCK FOR TASK/LAB STOOL W/BACK
LOCAL STOCK NUMBER: 2748V535

0010

2.00
EA

ACRYLIC GUARD FOR CANON CR2
LOCAL STOCK NUMBER: CR2 ACRYLIC GUARD

0011

2.00
EA

DERMLITE FOTO X WITH OLYMPUS OM-D E-M10 MARKIII
LOCAL STOCK NUMBER: DLFX PLUS

0012

2.00
EA

ICECAP INFECTION CONTROL CAPS FOR FOTO X
LOCAL STOCK NUMBER: ICDL4-100

0013

2.00
EA

OLYMPUS BLS-50 SPARE LITHIUM-ION BATTERY
LOCAL STOCK NUMBER: V6200740U000

0014

2.00
EA

SANDISK EXTREME PRO, 32GB,UHS-II, V90 SDSDXDK-032G-ANCIN,C10SDDSDXDK-032G-ANCIN
LOCAL STOCK NUMBER: SDSDXDK-032G-ANCIN


SCOPE OF WORK (SOW)
Telehealth Cameras for Killeen and Copperas Cove
Temple VA Equipment
Requirements

The retinal imaging system in use at Central Texas Veterans Health Care System (CTVHCS) and Community Based Outpatient Clinic (CBOC) is the Canon CR-2 Plus AF Non-Mydriatic Retinal camera, which is needed at new installations CBOC. The new CBOCs will also need the Canon CR-2 Plus AF Non-Mydriatic Retinal camera. The system shall be delivered and set up at the Killeen CBOC and Copperas Cove CBOC.

New Equipment for New Clinics

The contractor shall deliver two complete sets, one CR-2 Plus AF Non-Mydriatic Retinal camera and one DermLite FOTO X with Olympus OM-D E-M10 Mark III or later. One complete set will be delivered and setup to Killeen and Copperas Cove.

TWO (2) CR-2 Plus AF Non-Mydriatic Retinal camera

1. Contractor shall provide and deliver two (2) CR-2 Plus AF Non-Mydriatic Retinal camera
Features: CR-2 PLUS AF
Resolution in Megapixels: 24
Color. Digital Red Free, Digital Cobalt: YES
FAF photography mode: YES
Anterior photography: YES
Angle of view: 45° / 2 x digital magnification
Minimum pupil size (SP Mode): Ø 4,0 mm ( Ø 3,3 mm )
Working Distance: 35 mm
Low flash mode: YES
Observation light source: IR LED
Flashlight: Strobo tube
Observation Monitor: 3,0-inch LCD Monitor
Video output: Full HD on an external monitor
Auto Focus: YES
Auto Shot: YES
Auto Switching (from anterior to retina observation): YES
Auto Exposure: YES
Dimensions: w x d x h (mm): 305 x 500 x 513
Weight (kg): 19,9
Optional Accessories: External fixation light (EL-1)

TWO (2) HP AIO 800 PC w/ Wired Keyboard & Mouse

2. Contractor shall provide and deliver two (2) HP AIO 800 PC w/ Wired Keyboard & Mouse
Operating system: Windows 11 Pro (preinstalled with Windows 10 Pro Downgrade) [1,2]
Processor: Intel® Core i7-12700 (up to 4.9 GHz with Intel® Turbo Boost Technology, 25 MB L3 cache, 12 cores, 20 threads) [6,7]
Processor technology: Intel® vPro® Technology
Chipset: Intel® Q670 (vPro®)
Graphics: Integrated: Intel® UHD Graphics 770
Display: 23.8" diagonal, FHD (1920 x 1080), IPS, anti-glare, 250 nits, 72% NTSC
Memory: 16 GB DDR5-4800 MHz RAM (1 x 16 GB)
Memory slots: 2 SODIMM
Hard drive: 256 GB PCIe® NVMe TLC SSD
Wireless technology: Intel® Wi-Fi 6E AX211 (2x2) and Bluetooth® 5.3 wireless card (supporting gigabit data rate)
External I/O Ports: Left side:1 headphone/microphone combo
Right side:1 SuperSpeed USB Type-C® 10Gbps signaling rate (charging); 1 SuperSpeed USB Type-A 10Gbps signaling rate
Rear:1 RJ-45; 1 HDMI 2.0a; 2 SuperSpeed USB Type-A 10Gbps signaling rate; 2 SuperSpeed USB Type-A 5Gbps signaling rate; 1 Dual-Mode DisplayPort 1.4; 1 SuperSpeed USB Type-C® 20Gbps signaling rate
Expansion slots: 1 M.2 2230/2280; 2 M.2 22801 PCIe M.2 2230/2280 slot for WLAN or Storage and 2 PCIe M.2 2280 slot for storage.
Energy efficiency: TCO Certified ENERGY STAR® certified
Webcam: 5 MP Swivel camera with integrated dual array digital microphones [11]
Audio: Audio by Bang & Olufsen, headset and headphone side ports (3.5 mm), high performance integrated stereo speakers
Form factor: All-in-one
Pointing device: HP 125 Wired Mouse
Keyboard: HP Wired Desktop 320K Keyboard
Dimensions (W X D X H): 21.14 x 9.37 x 21.97 in System dimensions may fluctuate due to configuration and manufacturing variances.
Weight: 19.75 lb
Warranty: 1 year of parts, labor, and on-site repair.
Support Service Included: 3-year Next Business Day Onsite Desktop Hardware
Software included: HP Notifications; HP PC Hardware Diagnostics UEFI; HP Support Assistant; HP Connection Optimizer; HP Privacy Settings; HP PC Hardware Diagnostics Windows; HP Desktop Support Utilities; MyHP; HP QuickDrop; HP Easy Clean; Touchpoint Customizer for Commercial; HP Easy Clean Keyboard Driver; HSA Fusion for Commercial; HSA Telemetry for Commercial
Security management: Trusted Platform Module TPM 2.0 Embedded Security Chip shipped with Windows 10 (Common Criteria EAL4+ Certified) (FIPS 140-2 Level 2 Certified); HP Secure Erase; HP Sure Click; HP Sure Sense; Absolute Persistence module; HP Sure Admin; HP BIOSphere Gen6; HP Client Security Manager Gen7; HP Tamper Lock; HP Sure Start Gen7; HP Sure Run Gen5; HP Sure Recover Gen5
Security software license: HP Wolf Pro Security Edition (1 year) [56]
Sustainable Impact Specifications: [29,30,31,32] Ocean-bound plastic in speaker enclosure; 40% post-consumer recycled plastic; 30% ITE-derived closed loop plastic; Low Halogen; 80 Plus® Platinum power supplies available

TWO (2) HP Monitor Arm for AIO 800 Series

3. Contractor shall provide and deliver two (2) HP Monitor Arm for AIO 800 Series
Compatibility: HP Mini 2100 series, HP Mini 5100 series, Compaq 300 series, HP 300 series, Compaq 400 series, HP 400 series, Compaq 500 series, Compaq 600 series, HP 600 series, HP 4320t Mobile Thin Client series, HP ProBook s-series, HP ProBook m-series, HP ProBook b-series, HP EliteBook p-series, HP Mobile Workstations; HP Compaq 6000 Pro All-in-One Business PC. NOTE: Not all models are available in all regions.
Warranty: One-year limited warranty. Additional support is available 24 hours a day, seven days a week by phone as well as online support forms. NOTE: Certain restrictions and exclusions apply. Consult the HP Customer Support Center for details.
What's in the box: Monitor Arm; Desk clamp and grommet mount accessory kits; Documentation
TWO (2) imageSPECTRUM Capture Plus Software

4. Contractor shall provide and deliver two (2) imageSPECTRUM Capture Plus Software
Canon ImageSpectrum Capture Plus is a software used to provide detailed images of a patient`s eye. This software can display a Fundus Auto Fluorescence (FAF) image that can be superimposed over a color image to show the user a more precise view of the patient`s eye. These images can then be assigned a specific Diagnostic (Dx) tag which helps with sorting purposes when the image is sent to a printer. The images can be exported onto a Compact Disc (CD) or Removable Storage Media in a variety of formats including Joint Photographic Experts Group (JPEG) and BitMap (BMP).

TWO (2) 10 Ft USB A/B Cable

5. Contractor shall provide and deliver two (2) 10 Ft USB A/B Cable
a. Connection A: USB 2.0, Connector B: USB, Length: 3 m (10 ft), Color: Black
b. Suitable for many newer USB compatible printer, laser sowohl and ink jet
c. Black Cable and Plug
d. Box contents: one USB A to USB B Cable on PC/Notebook/Printer/Digital Camera/Scanner
e. Standard version (PC) connector on one end, standard (Printer) connector on type B opposite

TWO (2) imageSPECTRUM Modality Worklist

6. Contractor shall provide and deliver two (2) imageSPECTRUM Modality Worklist
Save time and resources and remove complexity from the enterprise imaging infrastructure by consolidating multiple, disparate worklist providers
Ensures an organization has a common source for patient demographics and that all patient data is incorporated into the EMR even if there are disparate RIS or CIS systems
Prevent demographic errors by eliminating the need for manually keying in PHI
Ensures all studies, even those generated by remote sites can be easily and automatically linked to the patient record and available to care teams
Reduces errors and manual process with automated workflows for DMWL enabled devices or even non-DICOM devices such as cameras or scopes
Ensure adherence to HIPAA and other data security protocols by only granting users access to the study data they need
Provides a robust infrastructure for DMWL that can effectively scale with growth and acquisitions and provide a highly available solution for an entire health system.

TWO (2) K2 Table (20""x36"")

7. Contractor shall provide and deliver two (2) K2 Table (20""x36"")
Wheelchair Accessible base
Top Size: 20" x 36" (510 x 915)
Capacity: Up to 3 instruments
Model No. K2036RTP5

TWO (2) Task/Lab Stool with Back

8. Contractor shall provide and deliver two (2) Task/Lab Stool with Back
Global Product Type: Task/Lab Stool with Back
Recommended Applications: Healthcare
Seat Color: Black
Back Color: Black
Seat/Back Color: Black
Pneumatic Seat Height Adjustment: Yes
Back Height Adjustment: Yes
Seat Glide Mechanism: Yes
Seat Material: Vinyl
Back Material: Vinyl
Base Material: Steel
Back Surface Material: Vinyl
Weight Capacity (text): Supports Up to 250 lb

TWO (2) MasterCaster w/Lock for Task/Lab Stool w/Back (set of 5)

9. Contractor shall provide and deliver two (2) MasterCaster w/Lock for Task/Lab Stool w/Back (set of 5)
Brand: Master Caster
Caster Quantity: 5/Set
Wheel Type: Hard Twin Wheel
Weight Capacity Text - 110 lbs Per Caster
Product Type - Casters & Glides-Office Furniture Casters
Caster/glide/wheel - Grip Ring Stem Twin Wheel Casters
TWO (2) ACRYLIC GUARD FOR CANON CR2

10. Contractor shall provide and deliver two (2) ACRYLIC GUARD FOR CANON CR2
Protects screen and lens

TWO (2) DermLite FOTO X with Olympus OM-D E-M10 Mark III or later

11. Contractor shall provide and deliver two (2) DermLite FOTO X with Olympus OM-D E-M10 Mark III or later
16.1MP Four Thirds Live MOS Sensor
Dual Quad-Core TruePic VIII Processor
UHD 4K30 Recording; Clips Video Mode
2.36m-Dot 1.23x Electronic Viewfinder
3.0" 1.04m-Dot Tilting Touchscreen LCD
In-Body 5-Axis Image Stabilization
121-Point Contrast-Detect AF System
Up to 8.6 fps Shooting and ISO 25600
Digital ED 14-42mm f/3.5-5.6 EZ Lens
16GB SDHC Memory Card
DermLite Foto X Quick Start Guide & Suggested Settings for Olympus M10 Mark III (717 kB PDF)
TWO (2) IceCap Infection Control Caps for Foto X - 100 Count

12. Contractor shall provide and deliver two (2) IceCap Infection Control Caps for Foto X - 100 Count
Product descriptions Along with the growing need for dermoscopy, infection control is becoming an increasingly important aspect of providing care. With our Infection Control and Epidemiology system IceCap®, we have you covered. These disposable Snap-On IceCaps attach to the DL4 or Foto X faceplate spacer and may greatly reduce the risk of cross-contamination.

TWO (2) Olympus BLS-50 Spare Lithium-Ion Battery (7.2V, 1175mAh)

13. Contractor shall provide and deliver two (2) Olympus BLS-50 Spare Lithium-Ion Battery (7.2V, 1175mAh)
Capacity (Wh): 8.46 Wh
Amp-Hours: 1175 mAh
Chemistry: Lithium-Ion
Output Voltage: 7.2 VDC
Dimensions: (W x H x D)2.2 x 1.4 x 0.5" / 5.6 x 3.6 x 1.3 cm
Weight: 1.6 oz / 45.4 g

TWO (2) SANDISK EXTREME PRO, 32GB, UHS-II, V90 SDSDXDK-032G-ANCIN, C10SDSDXDK-032G-ANCIN

14. Contractor shall provide and deliver two (2) SANDISK EXTREME PRO, 32GB, UHS-II, V90 SDSDXDK-032G-ANCIN, C10SDSDXDK-032G-ANCIN
32GB Storage Capacity
UHS-II / V90 / U3 / Class 10
Maximum Read Speed: 300 MB/s
Maximum Write Speed: 260 MB/s
Minimum Write Speed: 90 MB/s
Records 8K, 4K, and Full HD Video
Capture Raw Photos and High-Speed Bursts
Shock, Temperature, X-Ray & Waterproof
Built-In Write-Protect Switch
RescuePRO Deluxe Software Download

15. In addition to the technical specifications noted, the vendor shall perform the following:
Vendor shall install unit and ensure connectivity to CPRS/Vista
Vendor shall bring all necessary equipment, tools, and manuals that are required for installation
Vendor shall be available to install equipment within 2 weeks of delivery
Vendor shall clean area and remove all trash after equipment installation
Vendor shall not work before 8:00 am or after 4:00 pm while installing equipment

Delivery Addresses:
Killeen CBOC:
1001 East Veterans Memorial Boulevard
Midtown Mall, Suite 400
Killeen, TX 76541-7292

Copperas Cove CBOC:
336 Town Square, Town Square Plaza
Copperas Cove, TX 76522-2800

Hours of operation are Monday through Friday from the hours of 8:00 a.m. to 4:30 p.m.

Legal Holidays Observed: New Year s Day 01 January
Martin Luther King s Birthday Third Monday in January
President s Day Third Monday in February
Memorial Day Last Monday in May
Independence Day 04 July
Labor Day First Monday in September
Columbus Day Second Monday in October
Veterans Day 11 November
Thanksgiving Day Fourth Thursday in November
Christmas 25 December

** Please note that holidays falling on Saturday will be observed on the preceding Friday; holidays falling on Sunday will be observed on the following Monday.

In addition to the days designated as holidays, the Government observes the following days:
Any other day designated by Federal Statute
Any other day designated by Executive Order
Any other day designated by the President s Proclamation

It is understood and agreed between the Government and the Contractor that observance of such days by Government personnel shall not otherwise be a reason for an additional period of performance, or entitlement of compensation. In the event the Contractor's personnel work during the holiday, they may be reimbursed by the Contractor, however, no form of holiday or other premium compensation will be reimbursed either as a direct or indirect cost, other than their normal compensation for the time worked.

Contractor responsibilities:

Contractor shall provide all tools, equipment, technical information, travel and personnel for proper assembly and installation of the equipment.

Contractor shall be responsible for the verification of all equipment contained in contract are correct when delivered.

The contractor shall provide Operator s Manuals reference and maintenance.

The contractor shall provide a limited warranty. The warranty will begin upon date of installation/delivery.

The Contractor is responsible for removing waste involved with the delivery and set up, to include cardboard, plastics, paper, and other debris/materials.

The Contractor is responsible for notifying the VA Program Manager, Contracting Officer, and the Contracting Officer s Representative (COR) in advance of arrival and departure for delivery and installation, providing review of all product and site conditions before signing off. Work is to be performed between 8:00am and 4:00pm during the week unless specifically coordinated otherwise, which can include weekends.

Contractor shall be responsible for any damage caused by delivery, installation, and removal while at the facility.

This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty.

All work shall be performed in a safe and efficient manner.

Contractor shall be responsible for any damage caused while at the jobsite, facility or to the equipment.

The contractor shall assure its processes do not create an unclean or unsafe environment for the CTVHCA or damage any federal government equipment

Points of Contact:

Point of Contact (POC):Â TBD

Alterative (POC): TBD
Attachments/Links
Contact Information
Contracting Office Address
  • 2301 E. LAMAR BLVD
  • ARLINGTON , TX 76006
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 13, 2023 01:09 am CDTSources Sought (Original)

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 >