Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
SOLICITATION NOTICE

71 -- CENTRELLA BEDS CLEVELAND

Notice Date
4/23/2020 10:20:24 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25020Q0562
 
Response Due
5/1/2020 12:00:00 AM
 
Archive Date
07/30/2020
 
Point of Contact
Rachelle J. Hamer
 
E-Mail Address
rachelle.hamer@va.gov
(rachelle.hamer@va.gov)
 
Awardee
null
 
Description
Page 7 of 7 Combined Synopsis Solicitation: Med Surg Beds General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25020Q0562 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05, effective March 30, 2020. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement is Brand Name only and will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 339113 and the small business size standard is 750 employees. Line items: 15 EA CNT 255 CENTRELLA SMART+ BED Standard Features: GCI Touchscreen-Left Side Bed Exit Silence Brake Not Set Alarm One Button Chair Battery Backup Digital Angle Indicator Built in Line and Cord Mgmt 4 IV Pole Sockets Integrated Restraint Holders Lockout Controls Drainage Bag Holder Smart Bed Ready (Sidecom Req) WIFI Enhanced 3-Mode Bed Exit Motion Activated Nightlight Stand Assist Advanced Slideguardr Feature Foley Position Limit Patient HOB Angle Display Trend/Rev Trendelenburg Dampened Emergency CPR Patient Storage in Siderail Integrated Urinal Holders FlexAFootT Powered Bed Extend ncluded Options: English Language Labels 36"" Frame Width 100 to 240 Voltage USB Charger In Bed-Scale (KB/LBS) Patient Pendant Steer Caster Removable IV Pole Verbal Alerts, Frame Part Number: P7900B100019 Centrella 255 Nurse Call, UTV, Lighting PRO Surface For 36"" Frame SafeView + IllumiGuide Second LCD Touchscreen. 3. Statement of Work: PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price purchase order for beds for the Community Living Center (CLC). SCOPE: The Contractor shall provide hospital beds and mattresses to the. CONTRACTOR SPECIFIC REQUIREMENTS: Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for hospital beds, supplies, related services, and the most recent International Standards set by the IEC (IEC 60601-2-52). Equipment testing: The Louis Stokes Cleveland Veterans Affairs Medical Center (CLE VAMC) currently uses Hill-Rom s nurse call system, NaviCare. The CLE VAMC has no intention of replacing the nurse call system. Minimum characteristics: The quote shall include all equipment, materials, installation services, and training services specified in this SOW document. In addition, the contractor shall provide a hospital bed system (defined as bed frame, mattress, side rails, head and foot board, and any mattress or accessories added to the bed), which demonstrate compliance to all aspects of the International Standard IEC 60601-2-52. Project Management The contractor shall provide implementation services as part of the bed purchase. Implementation Services shall include, but are not limited to, a project manager, a detailed project timeline with defined roles and responsibilities (including contractor provided and CLE VAMC resources), on-site installation coordination of all equipment and accessories, a training plan, and schedule for Go-Live. Delivery and Installation Services Materials provided shall be new equipment, parts, and accessories as specified in the SOW. The contractor shall deliver materials to the job site in OEM's original unopened containers, clearly labeled with the OEM's name, equipment model and serial identification numbers, and Purchase Order (PO) number. The contractor shall be responsible for inventorying materials prior to delivery to VA facility to check for accuracy in quantity and part number. The CLE VAMC shall identify and provide limited daily storage of contractor parts/supplies at the time of delivery and reject items that do not conform to this requirement. All on-site installation services shall be contractor-provided by technical staff (not sales reps) fully trained to service and install bed products, parts, and accessories as specified in the SOW. Removal of Existing Beds The contractor shall remove existing beds. Disposal of Waste The contractor shall provide, maintain, and dispose all material waste and packaging associated with the beds/products and/or waste generated during the installation services. The contractor shall be responsible for moving waste materials from job site(s) to a contractor-provided waste container, and then off site. Technical Support The contractor shall supply 24/7/365 hour phone technical support for the duration of ownership of the equipment. Response time for parts and labor shall be no more than 24 hours available 24/7. Facility Engineering Technical Training The contractor shall provide technical training for overall maintenance and service of technical staff to include factory service training courses (if Applicable). Training shall include Facility Engineering from the facility. Training shall include tuition, hotel, meals, and travel expenses for factory-based training if training cannot be conducted at the CLE VAMC. The contractor shall provide any special service tools and/or test equipment comparable with that provided to the OEM s service personnel. The contractor shall provide the following documentation for the proposed bed system: Seven copies of the operator s manual for beds purchased. Two copies of complete technical service manuals including troubleshooting guides, necessary diagnostic software and equipment, schematic diagrams, and parts lists for 142 beds purchased. Electronic versions of both operator s manual and technical service manuals. Abbreviated operating instructions should be included on all beds. DVD or web-based training for both operator s manual and service if available. The bed operator s manual shall specify the mattress size to reduce risk of patient entrapment between bed and side rail. The contractor shall provide the following documentation for the mattress motors: One copy of the operator s manual for each motor purchased. Two copies of complete technical service manuals including troubleshooting guides, necessary diagnostic software and equipment, schematic diagrams, and parts lists. Electronic versions of both operator s manual and technical service manuals. If the operation of the motor is not self-explanatory, abbreviated operating instructions shall be included and attached to all motors. PERIOD OF PERFORMANCE: The Period of Performance shall be 45 Days ARO and FOB Destination. DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery of equipment: The CLE VAMC is equipped with a loading dock; suggested boxy truck with lift gate for versatility with delivery. All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations: Louis Stokes Cleveland VAMC 10701 East Blvd. Cleveland, OH 44106 TRAINING: Clinical users: Upon delivery of the beds, qualified instructors shall provide user training for staff on day, evening, and night shifts at times to be determined by the facility. Training shall be offered 7 days a week for the first week and four days a week for the next 2 weeks (if needed). Ongoing training Annually as requested. Engineering Service Training: The contractor shall provide training of the Biomedical Equipment Support Specialists (Hereafter referred as BESS) during initial setup and operations of the equipment, as well as follow-up training during everyday operation. The contractor shall provide 24/7 technical customer support service for the duration of the equipment at the facility. The on-site training, following installation completion, shall include product nomenclature, printed circuit board assembly and subassembly identification and location, interpretation and usage of built-in system diagnostics, and the use of the troubleshooting manual. The contractor shall also provide service seminars at the contractor s facility tuition-free while the hospital owns the equipment. GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 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 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. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items; 852.203-70; 852.211-70; 852.219-10; 852.232-72; 852.246-71; 852.246-71; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-4) 52.232-40; Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.204-7; 52.212-2; 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. The following factors will be used in evaluation: Delivery; Past Performance; A Price Comparison will be completed. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLE VAMC personnel to discuss this RFQ during the solicitation and evaluation process. 6. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov 7. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs and VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Brand Name Only RESPONSES ARE DUE: Friday, May 1, 2020 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25018Q0562| Centrella Beds Cleveland in the email subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f03e46d3c1084befb7f206ccd7e8972e/view)
 
Place of Performance
Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH 44106, USA
Zip Code: 44106
Country: USA
 
Record
SN05634507-F 20200425/200423230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.