DOCUMENT
65 -- Ceiling Mounted Patient Lifts - Attachment
- Notice Date
- 10/30/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Sierra Nevada Health Care System;975 Kirman Avenue;Reno NV 89502-2597
- ZIP Code
- 89502-2597
- Solicitation Number
- 36C26119R0010
- Response Due
- 11/15/2018
- Archive Date
- 11/25/2018
- Point of Contact
- Charee Harris
- E-Mail Address
-
Patient Lifts
(charee.harris@va.gov)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE (a) ATTENTION SDVOSB/VOSB Vendors. If quotes are received from two or more eligible SDVOSBs or VOSBs and in the estimation of the contracting officer, a contract award can be made at a fair and reasonable price that offers best value to the Government, this procurement will be set-aside to SDVOSB or VOSB sources. (b) The Government does not intend to award a contract on the basis of this Sources Sought or to otherwise pay for the information solicited. (c) Although proposal, offeror, contractor, and offeror may be used in this, sources sought notice, any response will be treated as information only. It shall not be used as a proposal. (d) Any information received from a contractor in response to this Sources Sought may be used in creating a solicitation. Any information received which is marked with a statement, such as proprietary or confidential, intended to restrict distribution will not be distributed outside of the Government, except as required by law. (e) This Sources Sought is issued for the purpose of collecting information about the availability of equal products from different sources for the desired equipment listed in Section 1: Price/Cost Schedule that meets the salient characteristics statement of work listed in Section 3. (f) Contractors that feel they have an equal product are encouraged to provide a quote in response to this notice and/or email full information to Charee Harris at charee.harris@va.gov. Contractors shall identify the NAICS code for the product being offered as well as their size status. Contractors shall complete the Price/Cost Schedule for the purpose of market research. Contractors shall furnish supporting documentation which demonstrates that the proposed equal products meet or exceed the salient characteristics listed in Section 3. Contractors shall include the terms and conditions of the warranty for all products listed in attachment. Contractors must be Authorized Dealer letter and the letter must be provided with your quote submission. Statement of Work Patient Ceiling Lifts, VASANHCS RENO October 30, 2018 Background: VA Sierra Nevada Healthcare System, Reno Nevada is soliciting a contractor to furnish all design, site evaluation, labor, materials, and equipment to install permanent ceiling mounted patient care lifts in its new Intensive Care Unit. Numerous utility systems occupy this space and must be considered when installing new equipment above the ceiling. It is strongly recommended that the contractor perform a thorough site evaluation prior to submitting a proposal. The successful offeror on this project, will become the standard patient lift for the facility. Scope of Work: The Contractor shall provide a no-cost up front technical and cost proposal for turn-key services to install patient lift systems in accordance with this scope of work. This cost proposal shall be for providing installation of all new and removal/de-installation (if necessary) of all lift system equipment including but not limited to; slings, lift devices, rails, support material, bracing and all other associated components required for complete, functional installation for continuous charge ceiling lift system. This proposal is also a request for the Contractor to provide a buy-back proposal for any old systems that are removed. Any proposal submitted should also include/accompany pricing for an optional 5-year preventative maintenance/annual pricing agreement for which facilities can opt-in our out. This proposal shall also be for installation of the lift systems including but not limited to any required plans, engineering details and documents, tools, labor, testing, training, cleaning supplies, containment systems, etc. All new ceiling lift system installations must have a single motor weight capacity of 770 pounds with an integrated hand control digital scale. The manufacturer must also offer expanded ceiling lift capacities/accessories that support greater than 770 pounds in a dual motor/similar configuration. The rail systems must be designed, constructed, and installed in an X-Y (room-covering) design; in such a manner as to allow for maximum utilization of patient room space. Operation of the system must be smooth with no fast or jerky starts and stops. Operation of the system must allow for adequate lifting height allowing for transfer of patient from bed. Track systems shall be self-supporting either from the ceiling or from a post mounted system as required due to existing conditions. Existing hangers, Unistrut, or other support components shall not be utilized to support the lift tracks. No existing utility systems or supports shall be used for support or for bracing of the lift system. All new supports must be connected directly to building structural components. Technical Requirements: Contractor shall provide a plan for each room detailing location of lift rails, support structure above, and means of attachment. The lift systems must meet or exceed seismic bracing requirements as outlined in the VA Seismic Guidelines (H18-8). A written report certifying compliance with this standard shall be provided to the facility for each lift installation. Door frames are not to be cut or modified. If contractor proposes to cut or modify an existing door frame, documentation supporting this practice and providing modification procedures must be provided and certified by a licensed structural engineer and accepted by the VA. All lifts shall be weight tested prior to acceptance. Test weight shall be 150% of rated capacity and shall be applied to all points of suspension and traverse rail. Prior to testing, contractor shall submit rail deflection testing standards to the VA and anchor load tests. Testing shall be observed by the VA COR and a written report shall be provided following each test. The report shall include deflection measurements taken at locations of maximum deflection during the weight test. All deflection points shall be within defined code limitations. For patient safety purposes, a certified contractor (certified by the lift manufacturer) will not perform any work/preventive maintenance inspections in an area/room occupied by a patient. Unless otherwise approved by the contract COR (or designee), the lift manufacturer certified contractor will be required to perform all work during the hospital normal business hours (M-F 8:00 AM 4:30 PM) excluding federal holidays. The contractor will provide all travel, labor, parts, test equipment (to include weight set), tools, and incidentals necessary to perform all required inspection services. Any overtime needed that would cause an increasing in invoicing must receive prior approval by the VISN Contracting Officer, through the COR (or designee). All services for this contract must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. There is a potential for exposure to blood borne or other infectious material with equipment throughout the hospital. All contractor maintenance persons must use the Universal Precautions during cleaning and maintenance/repair procedures required by this service request. Contractor will be responsible for providing their own Personal Protective Equipment as applicable. A manufacturer certified ceiling lift contractor must annotate all aspects of initial and annual inspections performed on the manufacturer annual inspection checklist to include: date and time of completed preventive maintenance; type, model, and serial number of the lifting system on which preventive maintenance was performed, maintenance performed and all repairs and/or repair parts (if applicable) used to maintain operating efficiency per manufacture specifications of the equipment. The manufacturer certified ceiling lift contractor will also complete checklists for Installation or Relocation Checklist for Ceiling Mounted Patient Lifts and/or Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts as outlined in VACO Patient Safety Alert AL14-07. The applicable checklist must be completed and signed by the inspector/technician, the facility representative, and the unit manager where the work is done. The annual inspection checklist along with the VA inspection checklists (as applicable) shall be sent to the applicable facility point of contact (Biomedical Equipment Repair, Facilities, Engineering, or SPHM Facility Coordinator). Final equipment certification shall be provided in writing prior to acceptance by the VA. Any lift installation that modifies the function of a room s privacy curtains shall be addressed by lift installer. The mitigation plan must be submitted to and approved by the VA. Manufacturer certified ceiling lift installation contractor shall include dust containment during installation. All rooms shall be returned to the VA in their original condition. Any damage inflicted shall be corrected by the contractor. Contractor shall provide tacky mats at each entrance to the area where work is being done. Upon completion of installation all surfaces shall be vacuumed and/or wet wiped to remove dust/debris. Contractor will be required to perform a complete and comprehensive Preventive Maintenance Inspection on any/all patient overhead lifting systems in VASNHCS facility that will meet and comply with original equipment manufacturer certification specifications and also include anchor load testing, deflection testing as required in Veterans Affairs Central Office (VACO) Patient Safety Alert AL14-07 Checklists for Installation or Relocation Checklist for Ceiling Mounted Patient Lifts and/or Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts. Contractor shall provide the following to be considered for award: Disclosure of all Tort claims against Contractor either pending or resolved regarding proposed system. A no additional cost education/training plan proposal that includes: a. On-Site Clinical Trainer/Consultant-Contractor will provide (without any additional cost to VASNHCS) one hour per lift (within first year of each new lift purchased) and 0.25 hours (in each subsequent year) per lift purchased of hands-on clinical trainer/consultant hands-on training for all units. Contractor to also supply any virtual training options (i.e. learning video libraries, online training modules) without any additional costs to VASNHCS. b. Maintenance Staff Training- Contractor will provide initial physical hands-on training on site in at for all ceiling lift repair staff which details any annual weight testing/inspection requirements as well as any required system warranty/certifications for in-house repair staff. Refresher training will be offered to all VASNHCS maintenance staff (at no additional cost) anytime the manufacturer changes lift model or if required to maintain in-house repair capabilities. Standardization of location of charging units in identified rooms (as applicable). Written plan and Shop drawings for installation of track lift system as applicable including mechanical anchor designs. Written plan and shop drawings for modifying existing structural, mechanical, electrical and other infrastructure systems if necessary. Provide drawings to show how rail system will be anchored to the structural concrete. Provide a specific time line for installation. Provide an installation Infection Control Plan that meets the facility s infection control risk assessment requirements. Provide an Installation Plan including phasing and indicating time per unit with minimum interference with patient care. Example: installed on days when patient population is down, possibly weekend or Monday and Friday. The least amount of disruption to patient s comfort and care is expected. Furnish a three-year warranty on equipment/parts and a five-year warranty on installation at no additional cost to VASNHCS. Specify all previous ceiling lift work done by Contractor in VISN 21. Include any staff or maintenance staff education provided. Provide Plan of Equipment Certification after install. Provide Plan reflecting availability of Contractor for follow- up, to include but not limited to: repairs, adjustment, sling replacement after installation is complete; and address after hours and weekend response during warranty period. Initial set up must include expendable accessories, such as slings. Provide one non-disposable, or two disposable slings per lift, as per facility specifications. Shall submit enough product information to allow the Government to evaluate the product(s) being offered. Equipment installed shall be subject to the following specifications: Up to 26 span for un-spliced rail at 770 lbs. The Ceiling Track maximum span lengths shall be capable of the following dimensions: 13 3 (B-rail) and 20 8 (C-rail) at 770 lbs. capacity; 13 4 (B-rail) and 19 6 (C-rail) at 825 lb. capacity; 10 10 (B-rail) and 17 6 (C-rail) at 1,1000 lbs. capacity Supplier system engineered lateral bracing brackets (not after-market) Integrated digital scale with readout in hand control, wireless/WIFI (does not require VA network connectivity) lift use monitoring, service module capacity with USB connection in hand control, InfraRed remote-controlled motor and rail travel-locks(powered) Integrated scales must have LCD readout built into the lift hand control, using the same controller and the same power source as the lift Easily removable motor assembly via 2 pins/quick access features for removal and/or replacement in rails, without dismantling rails. O.S.H.P.D. (California seismic resistance) approved system installations available Rust/stain-resistant, single-bar-design hangar bar with integrated bearing-swivel and closed-cell handgrip; available in multiple sizes 100% motor testing before shipment In-field-serviceable software-based controller boards Anodized aluminum rail finish to prevent flaking, chipping, fading, or peeling Over-speed safety governor on motor Soft start/stop control Visual low battery indicator Battery charger is splash proof and double insulated, provides continuous charge at all times, in any location within overhead rail system Sound level of lifting motor to be less than or equal to 52dB(A) Emergency switch lowering and stop device to offer disengagement then emergency lower at controlled speed with redundant, manual lowering device. All installations are completed by Factory Certified, US installers who must provide and show evidence of current manufacturer certification to COR and each facility engineering department prior to commencing any work Provision of system approval on room covering according to ISO EN 60601-1 Medical Equipment Provision of system approval on room covering according to ISO EN 10535 Safe Patient Handling Equipment Installation hardware meets IBC 2006 (International Building Code) standards Payment will be made monthly in arrears upon receipt of a properly prepared invoice, referencing all lifting systems that received the Required Services the contract number and assigned purchase order number. Personnel Qualifications: Contractor personnel performing preventive maintenance inspections and repair services must be fully qualified as per the original manufacture technical certification requirements. Installers must provide and show evidence of current manufacturer certification to COR and facility engineering prior to commencing any work within VASNHCS. Listing of equipment to be covered under the Required Services as stated in paragraph1 above. This will be awarded based on the best value to the Government. The best value analysis will be an analysis based on the above required information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ReVAMC/VAMCCO80220/36C26119R0010/listing.html)
- Document(s)
- Attachment
- File Name: 36C26119R0010 36C26119R0010_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4659894&FileName=36C26119R0010-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4659894&FileName=36C26119R0010-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26119R0010 36C26119R0010_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4659894&FileName=36C26119R0010-000.docx)
- Place of Performance
- Address: VA Sierra Nevada Healthcare System;975 Kirman Avenue;Reno, NV
- Zip Code: 89502
- Zip Code: 89502
- Record
- SN05138291-W 20181101/181030230728-95d14c97f8c9cc78bb117e518c092b04 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |