Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2015 FBO #4809
DOCUMENT

W -- Flotation Mattress Rental Service - Attachment

Notice Date
1/22/2015
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;Network Contracting Office 3 (10N3NCO);130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24315N0401
 
Response Due
1/29/2015
 
Archive Date
3/30/2015
 
Point of Contact
Delfo R. Saco-Mizhquiri
 
Small Business Set-Aside
N/A
 
Description
Synopsis: Please note that this is NOT a request for quotes or proposals. The Government is seeking information for market research purposes only. The Department of Veterans Affairs, VISN 3, Network Contracting Office 3 (10N3NCO) is currently conducting a market survey for firms that provide Rental of Flotation Mattresses for the James J Peters VA Medical Center in Bronx, New York. Firms must be authorized, qualified, certified, and experienced in providing this type of service. Title of Project: Indefinite Delivery Indefinite Quantity (IDIQ) agreement for Rental of Mattress Replacement System (Flotation) for acute care in the Spinal Cord Patient Care Center at the James J Peters VA Medical Center Background: The Spinal cord population is high risk for development of pressure ulcers. Pressure ulcers significantly threaten the well-being of patients with limited mobility. Prevention of pressure ulcers is a priority issue in health care today. The challenge of pressure ulcers in healthcare has been called "The silent epidemic under the sheets" and remains true today. The use of guidelines with the selection of appropriate pressure redistribution both in bed and while seated, the appropriate staff training, and the support of management should lead to reduced pressure ulcer development. Scope of Work: The Spinal Cord Wound Care Specialist and Nurse of the Spinal Cord Patient Care have the option of different rentals of support mattress technology system to meet each Spinal Cord patient's need in relation to healing, management and prevention of pressure ulcers. The contract is requested for: Air fluid therapy, Alternating pressure, Bariatric, Fluid emersion simulation and Low air loss mattress. The Spinal Cord wound Care Specialist and Nurse determines the support surface after assessment of the skin condition. Vendor must be able to provide, on average, fifteen (15) mattresses per month. Performance Period: The Period of Performance is for Base Year plus four (4) option years Indefinite Delivery Indefinite Quantity (IDIQ) Agreement. Base Year: Date of Award thru December 31, 2015 Option Year One (1): January 1, 2016 thru December 31, 2016 Option Year Two (2): January 1, 2017 thru December 31, 2017 Option Year Three (3): January 1, 2018 thru December 31, 2018 Option Year Four (4): January 1, 2019 thru December 31, 2019 Place of Performance: The Veterans Health Administration of NY & NJ (VISN 3) James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, New York 10468-3992 Type of Order: -Firm-Fixed Price -Daily Rate Specification and Requirements: "Mattress system shall automatically adjust to patient's weight, size and position. "Contractor will supply mattress overlay and replacement to meet facility requirements. "Mattress replacement system shall support up to 300 lbs. "New mattress/equipment will be terminally clean before installation to meet JCAHO standards. "The mattress must meet JCAHO and environmental standards. "Mattress shall be odor resistant. "Mattress shall provide alternating pressure. "Returned specialty support surface system will be picked up within 24 hours after notification including holidays and weekends. "Mattress shall be fit any hospital bed frame in accordance to JCAHO requirement. "When delivering, transporting, installing and removing mattress/equipment to the unit must adhere to infection control protocols. "The Contractor shall provide delivery/pick up tickets to the COR or designee. "The repair ticket shall provide complete description of the work performed and part placed. "Mattress shall be impermeable to body fluids. "Mattress shall maintain a maximum of 8 hours inflated during a power failure. "Mattress temperature of the bed shall not impact patient's body temperature. "Mattress shall promote mobility. "Rechargeable battery shall have a 2 hour back up. "Mattress shall be quick deflation for CPR process. "Mattress material shall be polyurethane (durable and long lasting). "Mattress shall be eight (8) inches total height. "The mattress cover shall be replaceable and non-abrasive. "The cover shall eliminate friction, shear and moisture. "Mattress shall be latex free "Mattress/equipment must be delivered to the Spinal Cord Nurse Station. "The system shall reduce the risk for pressure ulcer formation. "The temporary unplugged prevents deflation of surface in transporting inflates within 15 minutes. "Mattress shall be designed to prevent sliding or lateral movement on bed-frame. "The Contractor Representative will respond within two (2) hours upon notification of mattress/equipment trouble. "Deliveries will be within 4 to 6 hours of notification including holidays and weekends. "Contractor Representative will be available 24 hours for removal or emergency order or mattress/equipment by the company technician 7 days a week including all holidays and weekends. "Contractor must provide instructions for cleaning of equipment and mattress. "Contractor must provide a trained and certified representative to conduct refresher and in-service training on the mattress/equipment quarterly or every six (6) months to the clinical staff as information changes. "Contractor shall perform adjusting repairs, cleaning, testing and replacing of parts to keep the mattress/equipment in working conditions. "The Contractor shall notify the COR at least 2-3 weeks in advance prior to conducting training, inspections and maintenance. "The contractor must supply labor and parts required under the warranty provisions free of charge. "The low air loss therapy shall keep skin cool and dry. "Contractor shall provide any published independent studies and performance or outcome studies. Contracting Office Address: VISN 3 Network Contracting Office James J. Peters VA Medical Center MCC: 1ON3/NCO, 130 West Kingsbridge Road Bronx, New York 10468-3992 The North American Industry Classification Systems (NAICS) is 339113. Responses to this notice must be submitted in writing via email and must be received not later than Thursday, January 29, 2015, 4:00pm EST. No telephone inquiries will be accepted. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 339113. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, proof of applicable certification. DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing, and received not later than Thursday, January 29, 2015, 4:00pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Delfo.Saco-mizhquiri@va.gov. No telephone inquiries will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24315N0401/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-15-N-0401 VA243-15-N-0401_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1824009&FileName=VA243-15-N-0401-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1824009&FileName=VA243-15-N-0401-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: The Veterans Health Administration of NY & NJ (VIS;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx
Zip Code: 10468-3992
 
Record
SN03622904-W 20150124/150122235431-836882e7841875956b8761317dfff10b (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 |
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.