The RFP Database
New business relationships start here

Automated Vital Signs Monitoring and Patient Biosensors


California, United States
Government : Military
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

Request for Information
Supplies/Services

Automated Vital Signs Monitoring and Patient Biosensors at Naval Medical Center San Diego



DISCLAIMER
THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI.


This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal, a Request for Quotation, or an indication the Government will contract for the items contained in this announcement. This RFI is a request for interested parties to describe their product, technical capabilities, delivery as well as demonstrated tools and processes. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned and Respondents will not be notified of the result of the review. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.


All information received in response to this RFI marked proprietary will be handled accordingly.
Purpose:


The Naval Medical Center San Diego (NMCSD) issues this Request for Information (RFI) to conduct market research for information and planning purposes to determine the existing market capability of businesses that are able to provide the requested equipment, AUTOMATED WIRELESS VITAL SIGNS MONITORING AND/OR PATIENT WEARABLE BIOSENSORS, as specified below, at Naval Medical Center San Diego (NMCSD), to include product demonstration at NMCSD - dates to be determined - to have Government employees inspect, request additional information and sample equipment. The Government intends to review all proposed suggestions. All interested, capable, and responsible businesses are encouraged to submit a response to this notice.



INTRODUCTION AND BACKGROUND
The NMCSD Material Management Department is tasked with conducting market research for automated vital signs biosensors/patient wearable technology. As the inpatient clinical team cares for higher acuity and higher volumes of patients on the inpatient floor, a solution is sought to ensure patients are monitored as continuously as possible while minimizing workload on clinicians and aiding in early identification of patient deterioration. We seek to establish a centralized "Medical Operations Center" where continuous vital signs and patient monitoring data can be used to prevent the problem of "failure to rescue" with such data also used in predictive analytics models for patient safety. Using Government provided space, a select number of potential vendors will be invited to provide product demonstrations including question and answer sessions with hospital staff members.
Respondents should identify their product capabilities that would help fulfill the currently specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted in a solicitation for competitive bids. Currently, our command inpatient wards rely on an intermittent, approximately every four hour vital signs spot-check (Heart Rate, Temperature, Blood Pressure, Respiratory Rate, Pulse oximetry, and assessment of Level of Consciousness). Per hospital criteria, select patients are further monitored via telemetry and/or continuous pulse oximetry. We have established a Modified Early Warning Score (MEWS) program that categorizes level of critical or near-critical illness based on these intermittent vital signs data to identify at-risk patients. However, because of the intermittent nature of vital signs checks, there are gaps in earlier detection. The automated technology solution should enhance clinical workflow efficiency. We propose to launch pilot program of Automated Vital Signs wearable biosensors on the ward 4W, with a maximum bed-capacity of 30 patients, average Length of Stay for 4 days, sustainable for at least one year.
The description below outlines preliminary requirements for automated vital signs wearable biosensors at NMCSD.


REQUIREMENTS
The Government requests that the contractor or contractors provide Automated Vital Sign Biosensors with the following minimum characteristics:
1. Patient wearable and wireless, allowing for freedom of movement
2. Single patient use biosensor
3. Capability to work with clinical information systems and encrypt data
4. Measure Patient Vital Signs: Skin Temperature, Heart Rate, Blood Pressure, Respiratory Rate, Pulse Oximetry, Accelerometer/Fall detection
5. Local unrestricted access to patient data and ability to use data for predictive analytics.


ADDITIONAL PREFERENCE CHARACTERISTICS


1. Cables Are Compatible With Hardwired Monitor Systems;
2. Ability To Download Data to Current Monitoring System/Electronic Health Record;


NOTE: This RFI is only soliciting information on Automated Vital Signs Monitoring Patient Biosensors that are able to meet the above requirements.
All questions regarding this RFI shall be submitted by email to the Contract Specialist at robert.m.salomon2.civ@mail.mil


Questions must be received by COB 03/27/2018.


HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information:
1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics;
2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment;
3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI;
4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and
5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified.
DESCRIPTION OF INFORMATION REQUESTED
All vendors with qualifying products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as they related to the potential requirements. Vendors with a GSA schedule should provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items.


All Questions must be submitted via email prior to close of business March 27, 2018. Answers will be posted as a separate attachment on March 30, 2018.


Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry.


Please submit responses via email in Microsoft Office format by 5:00PM (PST) April 6, 2018.


No phone calls or mailing responses will be accepted.


Finally, please indicate if the Vendor is a small business under the subject NAICS.
NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses.


 


Contracting Office Address:
34800 Bob Wilson Drive
San Diego, CA 92134
United States
Primary Point of Contact:
Robert M. Salomon
robert.m.salomon2.civ@mail.mil


Robert M. Salomon, Contract Specialist, Phone 6195328108, Email robert.m.salomon2.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP