DOCUMENT
W -- Specialty Mattress Contract - Attachment
- Notice Date
- 6/22/2017
- Notice Type
- Attachment
- NAICS
- 337910
— Mattress Manufacturing
- Contracting Office
- Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
- ZIP Code
- 10468-3904
- Solicitation Number
- VA24217N0796
- Response Due
- 6/29/2017
- Archive Date
- 8/28/2017
- Point of Contact
- Desiree Flores
- E-Mail Address
-
NY
- Small Business Set-Aside
- N/A
- Description
- 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, VA James J. Peters VA medical center is currently conducting a market survey for qualified firms capable of providing Beds Rental for Bronx VA Medical Center) The vendor will be responsible for, but not limited to: Statement of Work Specifications: Background Prevention of pressure ulcers is a priority issue in health care today. It is considered to be part of the National Patient Safety Goals and is closely monitored by all accrediting bodies: Joint Commission on Accreditation of Hospital Organizations (JCAHO), Medicare, National Database of Nursing Quality Indicators NDNQ, to name a few. Prevention includes many interventions, one being the prevention of pressure. Individual clinical presentations may require that the use of low air loss; alternating pressure; bariatric surfaces; air fluid therapy and/or fluid emersion simulation mattress technology, be utilized. Objectives Request to retain the option of renting these surfaces, depending upon the needs of individual facilities. The committee intends to identify the most appropriate specialty surfaces for inclusion in our programs of pressure ulcer prevention and treatment. The contract is requested for James J. Peters VA Medical Center for the following specialty surfaces: Bariatric Platinum 6000 Fluid emersion simulation mattress The contractor shall complete the work and provide all supplies as required under this SOW from date of award, as specified, unless otherwise directed by the Contracting Officer (CO). Scope of Tasks: SPECIALTY SURFACES: The specialty surfaces are bariatric surfaces, platinum 6000, air fluid therapy and fluid emersion simulation mattress. The specialty support surface must meet JACHO and environmental standards. Service: Installation of mattresses: a new mattress will be utilized for each new patient; the mattress will be terminally cleaned at the company plant. (not in the facility/or by facility staff) This cleaning process must meet JCAHO standards and VA infection control policies. Installation will be completed within 24 hours of notification of rental need; must include weekends and holidays. Removal of the mattress from the bed to be done by the company technician upon request of the VA staff within 24 hours. Discontinued mattresses to be picked up no more than one business day following company notification, including weekends and holidays Infection control protocols per facility must be adhered to when delivering, installing, removing and transporting specialty surfaces within the facility Company to provide any performance or outcome studies/ any published independent studies Company to provide education on maintenance and repair of mattress, pump, tubing to facility personnel responsible for maintenance Company to provide education on use of mattress, pump, tubing, alarms etc to facility personnel responsible for patient usage every 6 months and as needed. Warranty of manufacture (including parts and labor) for mattress, cover, tubing for 2 years, not pro-rated. Exception: damage or vandalism When called, company rep responds within one hour; provides resolution within 4 hours. Companies who use an outside distribution company must submit a list of vendors used. Facility Staff Responsibilities: Move patient from 1 surface to another Provide appropriate clean bed frame for placement of rental mattress Notify patient of planned rental surface (if patient refuses it is the responsibility of the technician to notify the nursing staff prior to leaving the unit) Vendor must be able to supply all of the required mattresses which must be compatible with the current VISN 3 bed frames. (See listing below). Safety Codes/Certification/Licensing: Latex free If applicable, cover clearly marked with head, foot, this side up Company must provide education and training on product to clinical staff Shear/friction reduction (can easily move a patient in bed with draw sheet) **Entrapment - mattress replacement system complies with VA entrapment policies; it fits to the bed-frame such that the largest gap that can be created between the side-rail and mattress is less than 2 3/8 (60mm) when the mattress is pushed all the way to one side of the frame; the same gap requirement also applies for the headboard or footboard to the mattress. Additional pieces may be placed at mattress edges to meet requirements as per facility policy. **Meets Fire Safety standards, NFPA 267 Compliance for Rate of Heat Release per 19.7.5.3 and 10.3.4, same as California Technical Bulletin 129. Mattress design to prevent sliding or lateral movement on bed-frame (e.g. non-skid bottom, attaches securely to mattress platform of bed-frame) Perimeter construction allows for safe transfers in and out of bed Visible alarm indicates problem with mattress function and/or pump Audible alarm indicates problem with mattress function and/or pump Pump weight 6lbs or less, low noise, whisper quiet, auto-firm, adjustable comfort and time cycle, setting for individual needs with lock-out Transport mode prevents deflation of surface when device is temporarily unplugged, e.g minimum 2 hour battery back-up Inflation/deflation time within 10 minutes or less CPR mode permits quick deflation of surface for CPR Height of mattress not less than 8 Odor resistant Standard Low air loss and alternating pressure mattress to support 300lbs Length of power cord 15 or longer Standard Low air loss and alternating pressure mattress able to accommodate Versacare bed frame Quality of Service Product to be delivered within 24 hours of order placement Company will provide education on maintenance and repair of mattress, pump, and tubing to facility staff responsible for maintenance Quality of Performance Company to supply pressure mapping results and method utilized Company to provide any performance or outcome studies/ any published independent studies Infection Control Smooth surface, sealed seams on top of cover (ie. easy to clean) Impermeable to body fluids Perimeter zipper requires a cover Cover is conformable, non-abrasive and replaceable Instructions for cleaning required Cover will stand repeated cleaning with a germicidal agent; will not crack Tour of disinfection plant available during business hours on 24 hours notice Place of Performance: Department of Veterans Affairs James J Peters VA Medical Center 130 West Kingsbridge Rd. Bronx NY 10468 Period of Performance: Base year plus 4 option years at the discretion of the Government Scope of Work: The contractor shall supply all supervision, labor, supplies, materials, equipment, tools and parts as noted, any and all incidentals to complete the work described here to ensure that all beds listed are repaired and maintained as required. 20 Beds in the ICU on 8C will be covered. 5 Beds are Bariatric beds and will be covered. 70 Beds on wards 8B, 7B and 7C will be covered. 60 Beds located throughout the Medical Center will be covered. The North American Industry Classification Systems (NAICS) is 337910 Responses to this notice must be submitted in writing via email at desiree.flores@va.gov and must be received not later than June 29, 2016, 7:00 am EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov. 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 337910. 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, 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 via email at desiree.flores@va.gov and received not later than June 29, 2016, 7:00 am EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: desiree.flores@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24217N0796/listing.html)
- Document(s)
- Attachment
- File Name: VA242-17-N-0796 VA242-17-N-0796.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3606576&FileName=VA242-17-N-0796-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3606576&FileName=VA242-17-N-0796-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA242-17-N-0796 VA242-17-N-0796.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3606576&FileName=VA242-17-N-0796-000.docx)
- Place of Performance
- Address: 130 West Kingsbridge Road;Bronx, NY
- Zip Code: 10468
- Zip Code: 10468
- Record
- SN04554329-W 20170624/170622235045-ecc5a4cb0222137f2e9ef59805dce269 (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 |