The RFP Database
New business relationships start here

TEMPERATURE SENSITIVE REMOTE/HUMIDITY MONITORING SYSTEM


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

Request for Information (RFI)
N0025919Q0019
Supplies/Services
Temperature Sensitive Remote Temperature/Humidity Monitoring System at Naval Medical Center San Diego (NMCSD)

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 (RFP), a Request for Quotation (RFQ), 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, and 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.

PURPOSE
The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NMCSD in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 333415 (Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment manufacturing) with the Small Business Size Standard of 1250 employees. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns.

INTRODUCTION
The NMCSD Material Management Department is tasked with conducting market research for Temperature Sensitive Remote Temperature/Humidity Monitoring System that is needed for multiple locations. The Temperature Sensitive Remote Temperature/Humidity Monitoring System must be compatible with continuous automated temperature monitoring to a limitless number of applications in a wide range of parameters from Pharmaceutical to Blood Banking, Laboratory Animal Research to Biotech and Hospitals/clinics. Using Government provided space, potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members.

BACKGROUND
Respondents should identify their product capabilities that would help fulfill the current specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids. The description below outlines the minimum requirements for Temperature Sensitive Remote Temperature/Humidity monitoring system at NMCSD.

REQUIREMENTS
The Government requests a Temperature Sensitive Remote Temperature/Humidity monitoring system with the following minimum specifications:
1. All systems must be compatible with continuous automated temperature monitoring to a limitless number of applications in a wide range of parameters from Pharmaceutical to Blood Banking, Laboratory Animal Research to Biotech and Hospitals/clinics.


2. Meeting all specified government standards:
a. All protocols designed to meet today's standards, including: Association for Assessment and Accreditation of Laboratory Animal Care (AAALAC), Good Automated Manufacturing Practice (GAMP), Good Practice (GxP), Hazard Analysis Critical Control Point (HACCP), Joint Commission, U.S. Pharmacopeial Convention (USP) <800>, USP <797> and other regulatory requirements. Food and Drug Administration (FDA), American Association of Blood Banks (AABB), College of American Pathologists (CAP), National Institute of Standards and Technology (NIST) are mandatory minimum requirements
b. Interface portal should offer extensive reports and graphs and ensures data is secure and cannot be altered. Reports and graphs should allow local, un-restricted access to data and the ability to use data for predictive analytics
c. System shall have capability for both wireless/WiFi and hard wired connections.
d. Vendor must be Authority to Operate (ATO) qualified before accepting RFI. Due to the time sensitive nature of this posting, we are unable to consider vendors that are not currently ATO qualified
e. Able to transmit data from anywhere on campus


3. Monitors will be wall mounted and be able to:
a. Transmit through concrete, lead-lined and various other types of walls and materials
b. Two (2) sources of invasive/non-invasive temperature monitor
c. Provide enough power with the back-up system to allow for extended loss of power


4. Central or local monitoring station with the following capabilities:
a. Ability to monitor temperature from multiple locations
b. Ability to review data event log
c. Ability to print event/log reports
d. Data trending with predictive analysis
e. Ability to review specific event(s)
f. Ability to review loss of signal quality with time stamp
g. 100% secure
h. Accessible anywhere 24/7
i. Validated (Quality, Validation, System and Application Support)
i. ISO/IEC 17025 certified laboratory or ISO 9001
ii. FDA 21CFR part 11 compliant
j. Immediate notification and alerting (email/Pagers/Cell Phones/Contact Switch/Voice Notification/Escalation Alert/Alarm Suspension)
k. Monitor multiple locations from anywhere
l. Receive alerts via interactive phone, texts, and e-mails
m. Multiple levels of redundancy (additional Failover Node option available)


5. Lab monitors with the following capabilities
a. Reach-in and walk-in type refrigerators
b. Ultra-low -80 degree C Freezers
c. Room Temp/Humidity
d. Door Ajar
e. Pressure Differential
f. Freezers
g. Water Bath
h. Cryogenics
i. Slide Warmer
j. CO2
k. Flood or Water leak
l. Power Outage
m. Ambient Light
n. Touch screen display capable
o. Ability to transfer data between monitors seamlessly


6. Wireless/Hard-wired parameters:
a. Able to transmit data to central monitoring to/from anywhere on campus
b. Ability to read data monitor
c. Offer solid buffering stability
d. Are fully FDA compliant
e. Back-up batteries are not proprietary and can be purchased from multiple locations in case of low stock
f. System will switch the battery power in the case of power outage


7. Temp tech monitoring system/monitors with the following capabilities
a. Ability to monitor more than 250 stations of varying makes/models
b. Store data indefinitely (ability to archive and retrieve at a later time)
c. Ability to print reports by users about the current performance
d. 24/7 monitoring capabilities
e. 24-48 hours emergency on-site support (emergency will be defined as mission support and continuation with no interruption)
f. Continuous Temp and Humidity Monitoring for all temp monitoring systems in facility/command (no loss of data)
g. Digitally sign reports


8. Operating system requirements
a. Ability to easily adjust alarm parameters, set alarm parameter profiles by patient care area, and two alarm settings (soft and hard)
b. Offer a full array of validation, calibration and on-site training to fit specific needs of various technical levels
c. Offers a knowledge base for quick reference when users are troubleshooting to minimize calling in to technical support
d. Live, 24/7/365 technical support team to ensure requests are responded to promptly and closed out correctly
e. Application available to monitor system remotely utilizing mobile smart phones to allow viewing of system without being logged into a computer


9. Additional system requirements:
a. Must support remote log in for approved users and systems to allow for on and off site viewing of system status
b. Application for command phone preferable
c. Ability to manage types of alarms and response via phone/app/message
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 relate to the potential requirements. Vendors with a GSA schedule shall 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 regarding this RFI shall be submitted ONLY by email reference N0025919Q0019 to the Contract Specialist at aratiya.k.lusk.civ@mail.mil Questions must be received by 0500AM PST by 1/14/19.

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.

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, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry.

Please submit responses via email in Microsoft Office format by 0500AM (PST) January 21, 2018. No mailing responses will be accepted.

All Questions must be submitted by 0500AM, January 14, 2018. Answers will be posted as a separate attachment on January 16, 2018.

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.


Aratiya K. Lusk, Email aratiya.k.lusk.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP