SOURCES SOUGHT
65 -- SPECIALTY BED RENTAL CONTRACT (VA-24-00001264)
- Notice Date
- 5/8/2023 11:50:22 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25623Q0991
- Response Due
- 5/16/2023 3:00:00 PM
- Archive Date
- 05/21/2023
- Point of Contact
- Oney.kelly@va.gov, Oney Kelly, Phone: 713-791-1414
- E-Mail Address
-
Oney.Kelly@va.gov
(Oney.Kelly@va.gov)
- Awardee
- null
- Description
- SPECIFICATION/STATEMENT OF WORK SPECIALTY BED RENTALS MICHAEL E. DEBAKEY VAMC The purpose of this Request for Information (RFI) is to seek vendors who can provide bed rentals on a continuous basis to the Michael E. DeBakey VA Medical Center providing inpatient treatment ordered by clinical staff. Period of base year and 4 option periods. Description QTY Unit tx cair plus mattress 36 inch low air loss mattress: TXCP3680RNT 2,000 Day Alternate cair plus mattress 36 inch alternating pressure mattress: ACP3680RNT 1,495 Day TXCAIR PLUS MATTRESS 42 INCH LOW AIR LOSS MATTRESS 1 Day BARI 10A FRAME WITH CHAUFFEUR TRANSPORT DRIVE WITH CAIR 1000 MATTRESS WITH DRIVE 2,812 Day BARI 10A FRAME WITH FOAM MATTRESS WITH DRIVE 1000 Day ACX ACTIVE CARE BED FRAME 4500 Day DOLPHIN 35X82 AUTOVECTOR SYSTEM: DLPH3582KITRNT 1500 Day DOLPHIN 48X82 AUTOVECTOR SYSTEM: DLPH4882KITRNT 1000 Day CARITURN RT MATTRESS 36 INCH. TURN MATTRESS: CTRT36080RNT 1 Day BARI 10A CHAUFFEUR 4 TRANSPORT DRIVE WITH TURN 1000 MATTRESS: BARI10ACHAFFEUR4ALTRNT 1 Day BARIACTRIC LOW AIR LOSS ALTERNATING PRESSURE MATTRESS SYSTEM RECOVER CARE 3000B: RA3000B 1 Day BARIATRIC HEALTHCARE BED WITH INTEGRATED SCALE WITH BED EXIT/NURSE CALL AND USER INTERFACE HIGHLIGHT INCLUDED: RCUHLB850S 1 Day BARI 10A WITH TURN 1000 MATTRESS: BARI10AALTRN 1 Day PRESSURE REDISTRIBUTION NON-AIR POWERED SURFACE: PC3680KITRNT 1 PRESSURE REDISRIBUTION NON AIR POWERED SURFACE PROCAIR PLUS MATTRESS NON POWERED OPTION: 2223680 Day PRESSURE REDISTRIBUTION NON AIR POWERED SURFACE BARIMATT 1000 PLUS THERAPEUTIC SUPPORT SURFACE: B373488NS 1 Day The Michael E. DeBakey VA Medical Center (MEDVAMC) located at 2002 Holcombe Blvd, Houston TX 77030 requires the contractor to furnish all necessary labor, bed repairs, bed replacements, materials, supplies, equipment and transportation to provide rental delivery, set-up, take-down, and pick-up of specialty beds. The service will comply with all terms, conditions, provisions, schedules and specifications of this solicitation. The contract period will be for a base period beginning 10/01/2023-9/30/2024. The types of specialty beds required by this VA facility include: standard size and bariatric size specialty air beds. Contractor will also provide the necessary attachments and supplies needed to operate each specialty bed. The standard size specialty air beds specifications and salient features as follows: -Sleep surface technology (mattress overlays) - low air loss therapy - alternating pressure therapy - pulsating therapy - individual air cells/cushion therapy - pressure redistribution air surface - pressure redistribution non-air powered surface - lateral rotational low air loss therapy with turn angles and turn time options - continuous lateral rotation therapy (CLRT) -Sleep surfaces regulating temperature, moisture, friction, and shear -Microclimate management -Water repellent antimicrobial top cover and bottom cover -Flame retardant -Sleep surface dimensions - 36 width - maximum length of 86 -88 -Expandable width and length frame and surface -Weight capacity minimum 350 lbs. to maximum 500 lbs. -Low bed frame -Scale system -Bed exit alarm system -Backup battery power for mattress and bedframe -Panel lockout -Nurse call -Bed angles at head and foot -Patient controls -120V AC power requirement -Safety feature in the event of a power failure to protect patient from lying on frame -Head and Trendelenburg angle indicators -Patient pendant -Side bolsters from head to foot to prevent patient fall when sitting on side of bed -Specialty bed to work with current overhead ceiling lift/sling -Bedside rails no less than 19.5 inches high -Bedside rails capable to assist with egress -Specialty bed to work with current overhead ceiling lift/sling The Bariatric size specialty air beds specifications and salient features: -Sleep surface technology (mattress overlays) - low air loss therapy - alternating pressure therapy - pulsating therapy - individual air cells/cushion therapy - pressure redistribution air surface - pressure redistribution non-air powered surface - lateral rotational low air loss therapy with turn angles and turn time options - continuous lateral rotation therapy (CLRT) -Sleep surfaces regulating temperature, moisture, friction, and shear -Microclimate management -Water repellent antimicrobial top cover and bottom cover -Flame retardant -Sleep surface dimensions - minimum width of 42 and maximum width of 48 -50 - maximum length of 86 -88 -Expandable width and length frame and surface -Weight capacity 1000 lbs. -Low bed frame -Scale system -Bed exit alarm system -Backup battery power for mattress and bedframe -Panel lockout -Nurse call -Bed angles at head and foot -Patient controls -120V AC power requirement -Safety feature in the event of a power failure to protect patient from lying on frame -Head and Trendelenburg angle indicators -Patient pendant -Side bolsters from head to foot to prevent patient fall when sitting on side of bed -Power drive -Specialty bed to work with current overhead ceiling lift/sling -Bedside rails no less than 19.5 inches high -Bedside rails capable to assist with egress -Specialty bed to work with current overhead ceiling lift/sling V. Delivery Schedule Contractor shall furnish all labor and supplies for delivery, set-up and removal of specialty beds. Deliveries and set-up may be made to floors one (1) through six (6). Room locations will be provided at time of call for delivery. After delivery and set-up each room shall be returned to its original condition. The specialty beds shall meet all life safety codes, National Fire Protection Association codes and all other applicable federal, state and local codes. The Contracting Officer s Representative (COR) shall contact and coordinate with the contractor a mutually agreed upon time to complete the deliveries as required 24 hours a day, 7 days a week. Routine delivery time shall not exceed 4 hours after receipt of order to a designated hospital room. Rental beds should be picked up after notification of discontinuation of use within a twenty-four (24) hour period unless otherwise specified. Any repairs or replacement of beds due to any technical difficulties shall not exceed 2 hours after receipt of order to a designated hospital room. Rental equipment should arrive within the same day of notification (preferably two hours) unless otherwise specified. Rental equipment should be picked up after notification of discontinuation of use within a twenty-four (24) hour period unless otherwise specified. At the time of order, the contractor shall provide the requestor with a rental order number specific to that patient. This will be the number that will be used by both parties to track equipment use and billing. The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code 339112 is ____________ (employees or dollars). 3. Responses Requested: The following questions must be answered in response to this RFI. Answers that are not provided shall be considered non-responsive to the RFI: a. Where are the requested items/equipment manufactured? Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice b. Are the requested items/equipment manufactured by a Smallor Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)? Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement? The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice. d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following: Point(s) of contact name: _______________________________________________ Address: ___________________________________________________ Telephone number: ___________________________________________ Email address: _______________________________________________ Company's business size: ________________________________________________ Data Universal Numbering System (DUNS) #: _______________________________ e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code? Please provide proof of qualifications. f. Is your company available under any Government Wide Agency Contract (GWAC), General Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or Blanket Purchase Agreement (BPA) to satisfy this requirement? If so, please identify the contract number for the Government to review as part of this Market Research. 4. Opportunity/Market Pricing: The MEDVAMC is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the MEDVAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation. 5. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 13:00 (CST), May 11, 2023 via email to Oney.kelly@va.gov RFI responses are due by 17:00 (CST), Tuesday, May 16, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to Oney.kelly@va.gov the subject line shall read: MEDVAMC Bed Rentals or equal. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f). Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by MEDVAMC as Market Research and will not be released outside of the MEDVAMC Purchasing and Contract Team. 7. Contact Information: Oney Kelly Oney.kelly@va.gov Your response to this notice is greatly appreciated! DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fbe3270c54e143358d4fc240312be0de/view)
- Place of Performance
- Address: Houston TX 77030
- Record
- SN06675596-F 20230510/230509121210 (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 |