DOCUMENT
65 -- VA246-14-AP-3977 PATIENT CARE FURNITURE BED - Attachment
- Notice Date
- 5/5/2014
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24614I0686
- Response Due
- 5/7/2014
- Archive Date
- 7/6/2014
- Point of Contact
- Chinedu (Chris) Nwauwa
- E-Mail Address
-
5-3937<br
- Small Business Set-Aside
- Total Small Business
- Description
- SOURCES SOUGHT NOTICE The Department of Veterans Affairs, VISN 6 Network Contracting Office (NCO), on behalf of Durham VA Medical Center, Durham, NC. is conducting market research to determine small business, small disadvantaged business, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business or HUBZone's interest for a total of 20 patient care bed systems, with the following requirements: Project Description: Requirement is to purchase and replace Med Surge beds for primary use in inpatient hospital or extended care units. Purchase of the beds must include trade-in allowance per type of bed, in-service operator training and Biomedical Engineer training on site. Specific trade-in information (S/N, EE #, model, etc.) will be provided at a later date. Manufacturer:Model:Yr in Svc: Stryker FL28C GO-BED II2007 vintage Hill-Rom Advanta2002 vintage Carroll Spirit2007 vintage Specifications: Beds in compliance with industry standard plus the following requirement to make a configuration. Beds MUST meet or exceed the Veterans Affairs (VA) National Center for Patient Safety 2005 FDA Entrapment standard/criteria. Bed frame as a whole must meet all state and federal standards and have IEC 60601-2-38 label affixed to frame. MedSurg Requirement: (list below) 1. Minimum length of bed deck is 84 inches or less 2. Built-in Bed Extender requiring no additional attachments increasing length of bed. 3. Minimum width of bed deck to accommodate sleep surfaces of 35 inches or greater compatible with the bedframe 4. Bed deck (top of deck) can be lowered to a height of 16 inches from the floor. 5. Bed deck Minimum highest height 30 to 35 inches from floor. 6. Nurse Call, Universal TV and Lighting controls must be accessible through the bed. 7. Patient bed controls should be available on a handheld moveable pendant for patient convenience. Patient controls should be backlit. 8. Bed must have three zone bed exist system 9. Bed Exit alarms must be available with access on both right and left side rails for the staff efficiencies. 10. Bed Exit Alarm must have a local audible alarm and to one which will sound via the call system. or flashing call light over the door. 11. Bed exit alarm status has visible indicator from distance. When Bed alarm is set, a foot end colored light indicator visible from a distance indicating that that the bed is also in a safe position with the bed exit alarm on, the side rails up, bed in the lowest position and brakes are set. Alert will go off if any of these safety items are compromised. 12. Bed exit alarm status connection to nurse call system allows for central monitoring of alarm status. 13. CPR function/quick release is clearly marked, at the head of the bed, and is not power dependent. The CPR function must be dampened and accessible without moving patient or side rails. The CPR function must be engaged using one hand and a one-step activation. When CPR is activated, the head of bed must go completely flat in 5 seconds or less. 14. Headboard and Footboard must be removable and replaced without use of tools and when removed, must not affect functionality of the bed. 15. The bed should have automatic night lights located underneath the bed for safer patient egress. 16. Integrated Bed scale with access on both right and left side rails of the bed for staff efficiencies. 17. Bed scale +/- 1% accuracy of patient weight. 18. Bed Frame has IV Pole Holders (2 at head of bed) 19. Two auxiliary AC outlets at foot of bed, the auxiliary outlets should not be bed power dependent. 20. Bed must have integrated battery backup system so controls can still be accessed if power is lost or in transport. 21. Dual locking Central braking system with brakes activated on base of bed frame at all four corners. 22. Bed braking system is set and released by foot pedal, and bed will auditable alarm if brakes are not set when bed is plug-in the wall outlet. During transport bed auditable alarm is disengaged. 23. Bed must accept a variety of surfaces/mattresses 24. All surfaces should be accessible and able to be cleaned with standard hospital grade disinfectants 25. Capable of transporting at any height 26. Movements must include Trendelenberg/Reverse Trendelenberg. 27. Bed will support attachment of single bar patient helper traction equipment with a weight capacity to hold 400 lbs. 28. Minimum 5" casters 29. Central steering system 30. Bed must accommodate evacute sleads Service: During the warranty period, the vendor shall provide service at no additional cost Monday-Friday between the hours of 8:00 am - 5:00 pm (excluding holidays). All inclusive service coverage; parts, labor, preventive maintenance, travel and unlimited repairs. Vendor will supply 24/7/365 hour phone technical support for the duration of ownership of the equipment. Maximum of 4 hr. response time to facility Capable of providing a loaner product if frame is out of service Offer a preventive maintenance agreement Warranty: The vendor shall provide a warranty for the beds that covers all parts for a minimum of 2 years or more. The warranty shall include service and support of the entire unit. Trade-In Allowance: Vendor must provide trade-in allowance and are responsible for picking up and removing old beds for the facility. Delivery/Pickup: Vendor is responsible for uncrating, assembling and delivering to location throughout VAMC. Vendor is responsible for coordinating pick up of all beds traded-in, regardless of quantity. Training: Vendor will provide end user staff training on proper use and provide Biomedical Engineering, Engineering staff training on proper maintenance and repair for beds purchased and will provide Environmental Management Services with current cleaning and disinfecting practices and training. User and Service Manuals: The vendor shall provide 2 complete printed sets as well as electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts list for each type of bed frame purchased for each medical center. These manuals will include all components and subassemblies, including those not manufactured by the vendor. Provide a manual or reference guide for how frames should be cleaned and disinfected. *Note, beds may be purchased with or without OEM's mattress The North American Industry Classification System (NAICS) Code for this acquisition is 339113, Size Standard: 500, and the Classification code is 65. THIS IS A SOURCES SOUGHT NOTICE ONLY. This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. The Government will not pay for any information solicited. Interested parties should submit with their response the following information: 1.Company name and DUN # 2.POC information 3.Business size and socio-economic classification (for example SDVOSB, Woman-owned) 4.Is this item available on FSS Schedule? If so, provide contract #. Please email this information to chinedu.nwauwa@va.gov no later than 1:00 pm, 7 May 2014. Phone inquiries will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24614I0686/listing.html)
- Document(s)
- Attachment
- File Name: VA246-14-I-0686 VA246-14-I-0686.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1346772&FileName=VA246-14-I-0686-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1346772&FileName=VA246-14-I-0686-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-14-I-0686 VA246-14-I-0686.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1346772&FileName=VA246-14-I-0686-000.docx)
- Place of Performance
- Address: Veterans Affairs Medical Center;508 Fulton Street;Durham, NC
- Zip Code: 27705
- Zip Code: 27705
- Record
- SN03357142-W 20140507/140505234450-83d251832344fcba9be50c326b60372b (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 |