Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2023 SAM #7837
SOURCES SOUGHT

65 -- VISN 5 Patient Re-positioners Support Surface Upgrade

Notice Date
5/11/2023 12:26:48 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0632
 
Response Due
5/25/2023 9:00:00 AM
 
Archive Date
06/04/2023
 
Point of Contact
ryan.singletary@va.gov, Ryan Singletary, Phone: 202-745-8000
 
E-Mail Address
Ryan.Singletary@va.gov
(Ryan.Singletary@va.gov)
 
Awardee
null
 
Description
Responses must be received no later than Thursday, May 25, 2023 at 12:00 PM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Patient Repositioners for VISN 5 Medical Centers. Statement of Work Patient Repositioners GENERAL: Scope of Services: The purpose of this requirement is to procure automated patient repositioners for VISN 5 facilities. The procurement shall include all parts, materials, labor, and travel to complete the full installation of the repositioners at all seven locations. Locations: Beckley VA Medical Center, 200 Veterans Ave, Beckley WV 25801-6444 Hershel ""Woody"" Williams VA Medical Center, 1540 Spring Valley Drive, Huntington WV 25704 Louis A. Johnson VA Medical Center, 1 Medical Center Drive, Clarksburg WV 26301 Martinsburg VA Medical Center, 510 Butler Avenue, Martinsburg WV 25405 VA Maryland Healthcare System, 10 N Greene St, Baltimore, MD 21201 Perry Point VA Medical Center, 361 Boiler House Road, Perry Point, MD 21902-9998 Washington DC VA Medical Center, 50 Irving Street, NW, Washington DC 20422 Performance Period: Expected delivery 90 days from contract award WORK HOURS: Hours of Operation: Normal business hours are Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Should the Contractor require work afterhours, the Contractor shall arrange in advance with the Contracting Officer s Representative (COR). Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. National Holidays: The holidays observed by the Federal Government are: New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veteran s Day, Thanksgiving Day, and Christmas Day and any other day specifically declared by the President of the United States to be a national holiday. Contractor may work on holidays with prior communication and coordination. SPECIFICATIONS: Technical Requirements The procurement is for a total quantity of 754 Hercules patient repositioner devices. The repositioners shall be able to accommodate the different bed types throughout VISN 05 according to the below list: Type Qty Centrella Bed 82 Hillrom Progressa Bed 85 Flat Deck Bed 326 Sizewise Bariatric Bed 29 Stryker Isoflex Bed 53 Bariatric Beds and Control Units 18 Hillrom Centrella Bed 69 Protevo GTE Bed 92 Each repositioner shall come with seven (7) specialized sheets. Each repositioner shall come with the necessary brackets to attach the repositioner to the bed. The repositioners shall allow for boosting of the patient with a touch of the button and without the provider having to touch the patient. The repositioning shall take less than thirty seconds each time. The repositioner shall be able to support patient weights of 500lbs. The repositioner shall position the patient without the need to uncover the patient or change the angle of their bed. The repositioner shall not require the caregiver to retrieve a separate device to move the patient. Contractor shall provide two copies of the operating and service manuals for each facility. Cleaning/Sterilization Requirements. The device shall be able to be cleaned with common hospital cleaning products. The Contractor shall provide cleaning instructions (Instructions for Use IFU); electronic versions are acceptable. Delivery Requirements Delivery is required 90 days from award of the contract. Large deliveries are to be coordinated in advance with the COR to ensure necessary planning takes place. Contractor is to provide the COR with shipment tracking information. The following are the delivery locations: Beckley VA Medical Center, 200 Veterans Ave, Beckley WV 25801-6444 Hershel ""Woody"" Williams VA Medical Center, 1540 Spring Valley Drive, Huntington WV 25704 Louis A. Johnson VA Medical Center, 1 Medical Center Drive, Clarksburg WV 26301 Martinsburg VA Medical Center, 510 Butler Avenue, Martinsburg WV 25405 VA Maryland Healthcare System, 10 N Greene St, Baltimore, MD 21201 Note: Loch Raven quantities shall also be delivered to this location. Perry Point VA Medical Center, 361 Boiler House Road, Perry Point, MD 21902-9998 Washington DC VA Medical Center, 50 Irving Street, NW, Washington DC 20422 Installation Requirements Full installation of the system shall be included as a part of this contract. All parts, materials, tools, labor, and travel to complete the installation shall be included as a part of this contract. Contractor shall provide validation that the system is fully functional upon completion of the installation/implementation. Patient Health Information The Contractor shall safeguard patient health information. The Contractor shall report to the Biomedical Engineering Department any issues with disclosed or unsecure patient health information. Training Requirements Contract shall include training for the end-users in the operation of the system. Training shall be on the function and use of the device, in addition to any software/applications. Contract shall include training for the technical professionals (Biomedical Equipment Support Specialists). Training shall cover the maintenance, troubleshooting, and repair of the system. Contractor Requirements All Contractor personnel performing installation services of the equipment shall have factory training and experience in the implementation of the equipment. Contractor shall provide copies of training certificates for the Contractor personnel performing work on-site upon the request of the Government. Warranty Information The equipment shall have a warranty of 4 years from the full installation/acceptance of the equipment. This warranty is the standard one year warranty, plus three years of extended warranty. Warranty support shall include repair of the system Warranty support shall include all parts, materials, labor, and travel to complete the repair, or replacement of a defective/broken device. Requests for warranty support shall be made to the telephone support number provided by the Contractor. Warranty support requests shall be responded to within 2 days. Contractor shall provide a copy of the service report, complete with test data, to the contract COR within five working days after completion of any services. Service reports shall include identifying information about the equipment, all services provided during the service visit, any issues found during the visit, the technician/engineer names of the personnel performing work, and the date service was provided. On-Site Procedures Contractor personnel arriving on-site to perform work shall report to the Biomedical Engineering Department. Contractor personnel shall sign in using the department s vendor sign in sheet, filling out all required information. Contractor personnel s tool bags are subject to inspection by the Biomedical Engineering department upon arrival and upon departure. Contractor personnel shall sign out upon completion of visit. Prior to departure, Contractor personnel are required to, at a minimum, verbally report any issues with the equipment to the Biomedical Engineering department, especially noting if the system is still down or not fully repaired. The VA campus is non-smoking. Contractor personnel are required to comply with this policy. Parking. It is the responsibility of the Contractor to park in the appropriate desig nated park ing areas. Safety and Security Contractor shall follow all Occupational Safety and Health Administration (OSHA) laws and regulations. The Contractor is responsible for reporting any hazards they come across to their point of contact. Contractor shall follow all local procedures concerning infection control. Should the Contractor be unsure of the requirements, the COR can provide the specific information and procedures. Contractor personnel shall wear visible identification at all times while on VA property. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government officials. Property Damage The contractor shall take all necessary precautions to prevent damage to any Government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the Government, upon approval of the Contracting Officer. QUALITY ASSURANCE End-users, Biomedical Engineering, and/or the contract COR shall perform system verification tests to ensure the system is fully functional. Issues with the quality of the Contractor s work will be communicated through the Contracting Officer to the Contractor point of contact for resolution. Documentation with be completed in the Government systems. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 72.00 UN __________________ __________________ BALTIMORE - 21712-HPR22 - HPR22 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for for max Surface for Centrella Bed 0002 30.00 UN __________________ __________________ BALTIMORE - 21712-HPR10 - HPR10 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Hillrom Progressa 0003 76.00 UN __________________ __________________ PERRY POINT - 21712-HPR35 - HPR35 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0004 30.00 UN __________________ __________________ PERRY POINT - 21712-HPR35 - HPR35 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0005 10.00 UN __________________ __________________ PERRY POINT - 21712-HPR33B - HPR33B Drive Unit, Support Surface Upgrade Package, Bolsters, 7 Dream Sheets & Bed Attachment Brackets for Sizewise Bariatric Beds 0006 9.00 UN __________________ __________________ PERRY POINT - 21712-HPR33B - HPR33B Drive Unit, Support Surface Upgrade Package, Bolsters, 7 Dream Sheets & Bed Attachment Brackets for Sizewise Bariatric Beds 0007 7.00 UN __________________ __________________ LOCH RAVEN - 21712-HPR33B - HPR33B Drive Unit, Support Surface Upgrade Package, Bolsters, 7 Dream Sheets & Bed Attachment Brackets for Sizewise Bariatric Beds 0008 3.00 UN __________________ __________________ LOCH RAVEN - 21712-HPR33B - HPR33B Drive Unit, Support Surface Upgrade Package, Bolsters, 7 Dream Sheets & Bed Attachment Brackets for Sizewise Bariatric Beds 0009 32.00 UN __________________ __________________ LOCH RAVEN - Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0010 31.00 UN __________________ __________________ LOCH RAVEN - 21712-HPR35 - HPR35 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0011 18.00 UN __________________ __________________ MARTINSBURG - 21712-HPR25A - Drive Unit, Dream AIR Support Surface, Bolsters, 7 Dream Sheets & Bed Attachment Brackets for Bariatric Beds (Dream AIR) 0012 18.00 UN __________________ __________________ MARTINSBURG - 21712-CPC - Dream AIR Control Unit 0013 125.00 UN __________________ __________________ MARTINSBURG - 21712-HPR35 - HPR35 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0014 69.00 UN __________________ __________________ WASHINGTON DC - 21712-HPR20 - HPR20 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Hillrom Centrella Beds with Hillrom PRO Surfaces 0015 40.00 UN __________________ __________________ WASHINGTON DC - 21712-HPR10 - HPR10 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Hillrom Progressa Beds 0016 28.00 UN __________________ __________________ WASHINGTON DC - 21712-HPR35 - HPR35 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0017 92.00 UN __________________ __________________ WASHINGTON DC - 21712-HPR29 - HPR29 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Protevo GTE Surface for Multicare Bed 0018 10.00 UN __________________ __________________ CLARKSBURG - 21712-HPR22 - HPR22 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for for max Surface for Centrella Bed 0019 40.00 UN __________________ __________________ HUNTINGTON - 21712-HPR12 - HPR12 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Stryker Isoflex Surfaces 0020 10.00 UN __________________ __________________ HUNTINGTON - 21712-HPR10 - HPR10 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Hillrom Progressa Beds 0021 4.00 UN __________________ __________________ BECKLEY - 21712-HPR35 - HPR35 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Flat Deck Beds 0022 13.00 UN __________________ __________________ BECKLEY - 21712-HPR20 - HPR20 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Hillrom Centrella Beds with Hillrom PRO Surfaces 0023 5.00 UN __________________ __________________ BECKLEY - 21712-HPR10 - HPR10 Drive Unit, Support Surface Upgrade Package, 7 Dream Sheets & Bed Attachment Brackets for Hillrom Progressa Beds 0024 754.00 UN __________________ __________________ ALL SITES - 21712-INSTALL - INSTALL Installation for Hercules System 0025 1.00 EA __________________ __________________ ALL SITES - Tier 4 Vendor Discount of 6% plus 3-year extended warranty The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, May 25, 2023 at 12:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5b87142d713d40dab46e2d38688551f7/view)
 
Place of Performance
Address: Department of Veterans Affairs VISN 5 Stations
 
Record
SN06680432-F 20230513/230511230114 (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.