DOCUMENT
65 -- PROVISION & INSTALLATION OF STERIS BRAND O.R. ROOM LIGHTS AND BOOMS VAMC SALISBURY, NC - Attachment
- Notice Date
- 2/8/2017
- Notice Type
- Attachment
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617Q0502
- Response Due
- 2/17/2017
- Archive Date
- 4/18/2017
- Point of Contact
- Darla J Hurlock
- E-Mail Address
-
8-3120<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs Medical Center (VAMC) at Salisbury, North Carolina, has a need for Steris Brand operating room booms, lights, and related equipment; must be compatible with existing inventory of Steris brand operating room equipment. The NAICS code for this requirement is 238210; size standard is $15.0m. This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Department of Veterans Affairs is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to quote should the requirement go to solicitation. Sources for the following noted equipment are being sought; the following is a draft Statement of Work, subject to change should the requirement go to solicitation: DRAFT VA Medical Center (VAMC) Salisbury, NC Statement of Work OR Surgical LED Lights, Booms and Integration Project for renovation of 4th and 5th floors Project Description: OR Surgical LED Lights and Integration Project is defined as new camera ready LED surgical lights, HD camera, articulating arms, surgical grade HD monitors, booms (anesthesia, equipment and utility with gases, electrical and data ports) and an integration system to manage images and signals. This project includes de-installing and re-installing of existing OR Lights at facility with new configuration; offering a trade-in allowance; preassembling (uncrate, set-in place, re-erect, and assemble); installing the new OR LED Surgical Lights, the ceiling mounts, monitors, and the booms; connecting and testing the integration system; all site prep, installation, clean-up; a project management; warranty; and training (clinical and technical). Trade in allowance to offset the cost of upgrade of existing OR booms. At the outcome of this project, Harmony IQ equipment will be standardized in all OR suites. VAMC Salisbury surgical department has three operating rooms set up with Harmony IQ and two Health Care Centers (HCCs) with four rooms each equipped with Harmony IQ. Advanced integration is required for the hybrid and semi hybrid ORs. Proposal Format Brand Name product is required for standardization of equipment and technology across each North Carolina facility at Salisbury, Kernersville and Charlotte. The facilities share staff and support services that would require additional training at significant expense by not standardizing to the Brand Name product. By having consistency across the facilities, confusion of systems and processes will be eliminated. Additionally, standardization of equipment will: Eliminate critical errors due to unfamiliarity with equipment and processes. Eliminate the necessity of purchasing and stocking various additional parts and sterile supplies. Eliminate the incompatibility of multiple vendor equipment, hardware, software, and integration. Eliminate the lack of ownership for quality outcome. Standardize the structural requirements. The medical center will reuse and repurpose the existing lighting in two of the surgical suites that will be remodeled to save resources. Contractor shall replace the Harmony Nexus booms in ORs 5, 6, & 7 with Harmony Air Equipment columns at no charge with this project for the trade in of Nexus booms. OR Surgical LED Light Requirement: (Technology enhancement equal to requirements below may be considered) Flush and/or canopy (to accommodate OR Ceiling height) Not to exceed 160,000 Lux, preference 160,000 Lux Single size Color rendering index (CRI) of 95 or greater 4400K color temperature R9 value (red color rendition) of 95 or greater Shadow control HD Camera Ready Accommodate virtually all HD signals regardless of manufacturer or signal type (DVI, HD-SDI, RGBHV, etc.) Modular (Open infrastructure to add monitor, light, camera, etc.) Capable of varying light intensity Surgical controls on light handle Surgical Monitors Minimum 26 for 4th floor and 42 for 5th floor medical grade Flat Panel Articulating Arm Minimum 1920 x 1200 resolutions Accommodate virtually all HD signals regardless of manufacturer or signal type (DVI, HD-SDI, GBHV, S-video, RGBS, RGB, SDI, HDMI, HD- RGB, HD-YPdPr, RS 232, etc.) No vents or fans Sealed Booms Flush and/or canopy (to accommodate OR Ceiling height) Mount that allows for future expansion (additional booms, lights or monitors) Easy accessibility of electric, gas and data outlets 3 Main types of booms: Anesthesia supply head that provides the utilities and gases commonly used by an anesthesia machine; Compact horizontal orientation. Equipment boom that provides storage for the surgical equipment and the required utilities and gases for full equipment functionality; small compact design Utility Arm: boom arm that provides only ports and utilities Capable of holding up to 450lbs of equipment Variety of arm lengths from 20 100 minimum Variety of column sized bases various column length as 24, 36, 48, 56 minimum 18 width and 12 depth Fixed or height-adjustable Minimum 330 degree rotation Braking System electromechanical 5-7 Adjustable shelves Control handles Expansion modules for gas regulators, additional electric, gas, data, video integration to allow for growth. HD Camera 1/3 type HD CMOS sensor approximately 2,000,000-pixel resolution. 120X zoom ratio (10X optical + 12X digital) focal distance range 10mm (wide angle) to 800mm (telephoto). Auto zoom, auto focus, auto brightness. Manual mode for full user control. Quick tool free attachment or removal from light head. Integration System: Digital HD output Non-proprietary fiber optic infrastructure Programmable Touch Panel to control and add functionality Exchangeable video cards Additional circuits (input jacks) required for integration Accommodate virtually all HD signals regardless of manufacturer or signal type (DVI, HD-SDI, RGBHV, S-video, RGBS, RGB, SDI, HDMI, HD- RGB, HD-YPdPr, RS 232, etc.) Scalable platform Image Capture box All digital, high resolution video routing Quad DVI windowing Automatic recognition and labeling of all devices Up to 36 x 36 single link DVI and 20 x 20 dual link DVI routing and signal process Audio matrix mixer with noise suppression, feedback and echo cancellation H.264 server with MPEG-4 AVC compression, 1080p frame capture and 1080p video recording One way communication to capture images and display at destination (store, retrieve, manage; VA network connection DICOM for patient information/records) Shall receive video/data from all sources if not provide list of non-support Technically advanced OR integration system for critical environment: HD video routing from up to 32 HD devices. Touch screen sealed construction. Support multiple touch panels. Video preview. Universal ports. Control of connected technologies. Simultaneous image capture and recording of multiple imaging sources. Advanced multimedia management. Telestration. Future ready fiber optic infrastructure including 4K-ready fiber cabling. Remote diagnostics. Support review of surgical images, export directly to electronic medical record, tools for procedural visibility and workflow support. List of Medical Devices and image sources that will possibly be connected to the system: Endoscope, C-Arm, Ultrasound machines, IVUS, PACS, HD Camera, DaVinci, Anesthesia, Vital Signs Monitors, etc. Option Pricing for: Cost to add input device (card) 42 Wall Monitor (include mounting hardware, tilting, installation, and connectivity to integration system) 55 Wall Monitor (include mounting hardware, tilting, installation, and connectivity to integration system) 60 Wall Monitor (include mounting hardware, tilting, installation, and connectivity to integration system) Offer a preventive maintenance agreement Service: During the warranty period, the vendor shall provide service, at no cost to Government, 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 hour phone technical support for the duration of ownership of the equipment. Offer a preventive maintenance agreement Implementation: Vendors shall provide implementation plan that includes the project milestones, duties and responsibilities. Vendor selected is responsible to deliver, uncrate, set-up, connect and test the lights, booms, and OR Integration System for go-live operability. The implementation plan will coincide with project implementation plans to eliminate additional room down time. This project may require evening/weekend work to meet goals and prevent disruption of OR function. General Construction Safety Requirements: Contractor shall be responsible for all safety and dust control measures. This includes but is not limited to the adherence to the Class IV ICRA requirement. Class IV requirements will be strictly enforced. The contractor shall correct any deficiencies immediately. All employees of general contractor or subcontractor shall have the 10-hour OSHA certified Construction Safety course and/or other relevant competency training as determined by the VA Safety Officer. The project supervisor shall have completed the 30-hour OSHA course. Submit training records of all such employees for approval before the start of work. The project supervisor shall maintain a presence at the work site whenever the general or subcontractors are present. Each site requires contractors and their subcontractors to attend site specific safety training. This training is held by the site safety officer. All employees of general contractor and subcontractors shall comply with VA security management program and obtain clearance from the VA police, be identified by project and employer, and restricted from unauthorized access. Keys for access to construction areas shall be obtained from and strictly enforced by the VA Police. PIV badges are required. The process for obtaining a PIV badge will be site specific. PIV badging will require each employee to have a background check. TB testing is required unless otherwise determined by the site Infection Control Team. Contractor shall be responsible for closing all penetrations. Penetrations through a fire rated partition shall be sealed with a UL rated assemble of the equivalent fire rating. Contractor shall inform the COR and Safety Department 24 hours before any penetrations or spark creating/ hot work is performed. Contractor shall obtain all required permits required by the Safety Office. Parking is not guaranteed at the site. Contractor shall be responsible to remove, cut, alter, replace, patch and repair existing work as necessary to install new work. Contractor shall provide and install all supports, housings, materials, connections, extensions, and any other material required for complete installation. All electrical, low voltage, and medical gas to be extended and tied in by contractor. All electrical and low voltage shall be in metal conduit. At Contractor's own expense, Contractor shall immediately restore to service and repair any damage caused by Contractor's workmen to existing piping and conduits, wires, cables, etc., of utility services or of fire protection systems and communications systems (including telephone) which are not scheduled for discontinuance or abandonment. At Contractor s own expense, Contractor is responsible for certification of gas lines and must coordinate with VA staff and may require off hour work for the riser shutdown. Contractor will not use wire nuts for securing electrical connections. Contractor will use wire butt connectors or Posi-Seal type connectors for all wiring. Warranty: The vendor shall provide a minimum of 12 month warranty post acceptance per facility. The warranty shall include all parts, service and support of the entire system. Training: Vendor will provide end user staff with training on proper care and use; Vendor must provide initial education to clinical personnel at sites. Initial education shall include no less than 4 organized classes, 1 full calendar week of onsite support and app s support for configuration per surgeon. Contractor shall provide training materials (handouts, visual aids, and user assessment). Vendor shall provide two service schools per facility to include tuition, travel and per diem for Biomedical Engineering and/or IT to attend. Acceptable alternative is two consolidated service schools with 12 slots per course. Training must include access to any and all service manuals, keys, software, passwords, etc. for full in-house maintenance capacity. Trade-in Allowance: Vendors must offer trade in allowance and is responsible for removing the existing OR Booms. User and Service Manuals: The vendor shall provide two (2) complete unabridged printed sets as well as electronic version of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts list for each type of equipment purchased for each medical center. These manuals and documentation shall be identical to those supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. These manuals will include cleaning instructions. (End of Draft SOW) This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com), list of available compatible products, the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation). (1) Business size (small or large business concern), and number of employees; (2) Type of small business a. Service Disabled Veteran Owned Small Business b. Veteran Owned Small Business c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business Responses to this notice should be emailed to the Contracting Officer at e-mail address: darla.hurlock@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 8:00AM EST, February 17, 2017. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government shall be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0502/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-0502 VA246-17-Q-0502.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3263332&FileName=VA246-17-Q-0502-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3263332&FileName=VA246-17-Q-0502-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-Q-0502 VA246-17-Q-0502.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3263332&FileName=VA246-17-Q-0502-000.docx)
- Place of Performance
- Address: VA MEDICAL CENTER (65);1601 BRENNER AVENUE;SALISBURY, NC
- Zip Code: 28144
- Zip Code: 28144
- Record
- SN04395552-W 20170210/170208234408-4221f5714aed57ae855762a67a4b23eb (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 |