SOURCES SOUGHT
W -- Specialty Bed Rental - Base Plus Four (4) Option Years Miami VA Medical Center
- Notice Date
- 1/12/2024 10:34:29 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24824Q0437
- Response Due
- 1/18/2024 9:00:00 AM
- Archive Date
- 02/02/2024
- Point of Contact
- John Quijada Jr, Contract Specialist, Phone: 561-662-1845
- E-Mail Address
-
john.quijadajr@va.gov
(john.quijadajr@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 08, is conducting market research to identify potential sources which can provide the following services: The Miami VA Medical Center (VAMC) requires Prospective contractors to provide the following Specialty Bed Rentals. This is a Brand name or equal to Hill-Rom Inc. All interested companies are requested to provide responses that meet or exceed the capabilities of the Envella Air Fluidized Therapy Bed with Trapeze. Salient Characteristics Envella Air Fluidized Therapy Bed with Trapeze Air fluidized pressure redistribution surface. Airflow intensity adjustment. Air fluidization hold function. Head of bed and foot of bed elevation function. Bed up/down function. Trapeze. CPR mode. Removable siderails. Lockout ability. Turn assist. Built-in scale. Bed exit alarm. Head of bed angle alert. Bed temperature adjustment 86-100deg in 1deg increments. Patient weight range 70-350lb Lowest position 22in Dimensions 40in x 92.5in Head elevation range 0-60deg Max patient height 75in Auto-leveling bead bath and reinforced side bolsters to help keep patients from bottoming out. Adjustable firmness in the transition between the bead bath and the head section can keep your patients in the best and most comfortable position. SOW HOSPITAL BED RENTAL 1.SCOPE OF WORK: The contractor shall provide rental for various types of hospital beds and ancillary equipment to the Miami VA Medical Center for the sole purpose of patient care for residents and within defined time frames for services. 2. PERFORMANCE PERIOD: This will be a firm-fixed price, base plus four-year contract. The potential period of performance will be: Base Year: February 1, 2024 to January 31, 2025 Option Year 1: February 1, 2025 to January 31, 2026 Option Year 2: February 1, 2026 to January 31, 2027 Option Year 3: February 1, 2027 to January 31, 2028 Option Year 4: February 1, 2028 to January 31, 2029 3. RENTAL EQUIPMENT SPECIFICATIONS: We are seeking hospital bed rentals and rentals of other items. The following items will be delivered as needed to the Miami VA Medical Center: Items Description Estimated Rental P0819A Envella Bed 300 days P0821A Envella bed w/ Trapeze 300 days Hospital Beds: All beds must have labels affixed to the frame to identify the weight limit of the bed and bed meets IEC 60601-2-38 specifications. All beds must meet FDA Entrapment guidelines for all 7 zones. Bed controls: Bed is to have separate staff control on footboard; Staff control must have illuminated buttons and upward angle for ease of use; Hand pendant is also to be illuminated for ease of use; Under bed light is desired to help reduce patient falls; AC receptacles are highly desired at the end of the bed to plug in accessories (will prevent falls). Specialty Support Surfaces: A Specialty Support mattress needs to provide pressure relief, moisture control, and be able to manage up to a stage 4 pressure Injury A pressure injury is localized damage to the skin and/or underlying soft tissue usually over a bony prominence or related to a medical or other device . (NPUAP 2016). All bariatric equipment must be inspected by Biomed personnel prior to placing in service. FDA compliance and meet the Department of Veterans Affairs Safe Patient Handling requirement. All bed frames greater than 80 in length must have equivalent size mattresses. Mattress covers for low air loss mattresses will be replaced monthly. Contractor clean up: Contractor will remove trash and all debris from installation and packing materials. Areas will be left clean and free from debris. Operator Manuals: Operator Manuals to be provided to users and service maintenance to be provided as needed on rental equipment. 4. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES: N/A 5. MAINTENANCE: Vendor will provide manufacturer s cleaning instructions and insure all rental property is cleaned and decontaminated prior to delivering to the Miami VAMC and must be tagged with name of Vendor for ownership/identification purposes. 6. SERVICE REQUIREMENTS: Operator Training to be conducted to staff on proper use of equipment upon request. In addition: Bed Frame vendor is to provide 24/7 Service 365 days a year. All requests for Bed Frame service are to have a maximum 2-4-hour field response to the facility. Bed Frame company is to provide a loaner product if a particular frame is to be down for more than 2-3 Hours within the Warranty time. The loaner frame provided must be equal or greater than the above specifications to the purchased frame. Bed Frame vendor must have the ability to provide 24/7- 365-day year rental for the above specified frame when the warranty ends or if additional bed frames are needed. 7. HOURS OF WORK: Beds will be delivered on an as needed basis for patients. The Contractor shall report to the provided point of contact at the Miami VAMC to get further direction regarding where the equipment will be delivered. 8. DELIVERY LOCATION:: Miami VA Healthcare System 1201 NW 16th St. Miami, FL 33125 9. SCHEDULE FOR DELIVERIES/RETURNS: Requests for items made before 12:00pm will be delivered the same day. Request for items made after 12:00pm, delivery is expected by 12:00pm the following day. Equipment to be returned will be picked-up within 24 hours, unless there is an agreement to hold. Broken equipment must be picked-up as soon as possible. 10. IDENTIFICAION/PARKING: The Contractor s employee(s) shall always wear a visible identification while on the premises of the Miami VA Medical Center. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the Police and Security Section. 11. PERMITS AND RESPONSIBILITIES: The Contractor shall obtain and maintain all permits, licenses, and appointments required for the execution of work under this contract at no additional cost to the Government. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, Joint Commission, etc., and shall comply with all standards and/or requirements. 12. CONTRACTING OFFICER OR FACILITY POC: The Contracting Officer reserves the right to designate representatives to act for him/her in furnishing technical guidance and advice or generally monitor the work to be performed under this contract. The Facility POC for this contract is: 13. CONDUCT OF PERSONNEL: The Contractor shall be responsible for the performance and conduct of its employees. Personnel employed by the Contractor in the performance of this SOW or any representative of the Contractor entering the VA premises shall be subject to inspections by the Government as deemed necessary. The Contractor shall not employ for performance under this SOW any person whose employment would result in a conflict of interest with the Government s standards of conduct. 14. CONTRACTOR PERSONNEL: The Contractor is completely responsible for all actions of their employees. All contractor personnel employed in the performance of this contract shall comply with all VA building regulations, policies, and guidelines while on the premises. Contractor personnel shall be free of body odor and wear clean clothing (uniforms as appropriate) while performing duties under this contract. The Contractor shall consider the clinical environment and instruct/train their personnel in applicable safety precautions and special requirements. These requirements may include but are not limited to such conditions as human secretions, blood, barium, etc. Contractor personnel shall take appropriate precautions while performing duties applicable to this contract. 15. CHANGES TO CONTRACT: Any changes to this contract shall be made bi-laterally between the Contracting Officer and the Contractor. Potential Businesses having the capabilities necessary to provide the above stated equipment services are invited to respond to this Sources Sought Notice via e-mail to john.quijadajr@va.gov no later than Thursday 01/18/24 at 12:00PM (EST). No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, and business size, point of contact name, phone number, and e-mail address, OEM Certifications for Technicians to provide the services must be included in the response. OEM documentation confirming access to all required OEM parts must be included in the response. Please note whether system is presently offered on a current Government contract. NAICS Code 339113 is applicable to determine business size standard. Any questions or concerns may also be directed to john.quijadajr@va.gov via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. 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/cf411c18ad2a491a888cb6af19f48ddc/view)
- Place of Performance
- Address: Department of Veterans Affairs Miami VA Healthcare System 1201 NW 16th Street, Miami 33125
- Zip Code: 33125
- Zip Code: 33125
- Record
- SN06935025-F 20240114/240112230041 (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 |