DOCUMENT
W -- HOSPITAL BED RENTAL SERVICES - Attachment
- Notice Date
- 5/4/2018
- Notice Type
- Attachment
- NAICS
- 532283
— Home Health Equipment Rental
- Contracting Office
- Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
- ZIP Code
- 75216
- Solicitation Number
- 36C25718Q0557
- Response Due
- 5/9/2018
- Archive Date
- 7/8/2018
- Point of Contact
- Dewayne L. Knowles
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of all qualified sources, small and other than small businesses, to perform a potential requirement. Respondents are required to be registered and in good standing in The System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 Purpose and Objectives: Your responses to the information requested will assist the Government in determining the appropriate acquisition method. NAICS code: 532283 and sized standard is $32.5M. NOTE: Respondent claiming SDVOSB and VOSB status must be registered and CVE verified in VetBiz Registry www.vetbiz.gov. Project requirements: To provide Hospital Bed Rental Services North Texas Health Care System. This includes providing loaner endoscopes if required. See Description of Services Section. Anticipated period of performance: June 19, 2018 through April 30, 2021 plus two (2) one-year options. Information sought: Response to this announcement shall not exceed 10 pages and should include the following information: (1) A tailored capability statement indicating the firm s ability to provide the services required in the Description of Service Section. Include any certifications/qualifications for accomplishing repairs and maintenance on Hill-Rom models listed in Statement of Work; (2) The respondents DUNS number, organization name, address, point of contact, and size and type of business (e.g., SDVOSB/VOSB, small, etc,) pursuant to the applicable NAICS code; (3) Information should be provided electronically in a Microsoft Word or Adobe PDF format. Please e-mail your response with the above information to Dewayne.Knowles@va.gov and Victoria.Rone3@va.gov with the subject line "Sources Sought, 36C25718Q0557, hospital bed rental services/your company name" by 4:30 P.M. CT on May 9, 2018. Disclaimer and Important Notes. This 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. Any organization responding to this 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. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Description of Services STATEMENT OF WORK - Bed Rentals SCOPE OF WORK: The contractor shall provide all labor, equipment, supervision and expertise, to provide maintenance services bed rental equipment to the VA North Texas Health Care System (VANTXHCS), 4500 South Lancaster Road, Dallas, Texas 75216, for the sole purpose of patient care for our residents and are within defined time frames for services. PERIOD OF PERFORMANCE: Base Year: 06/19/2018 - 06/18/2019 Option Year 1: 06/19/2019 - 06/18/2020 Option Year 2: 06/19/2020 - 04/30/2021 1. Introduction Dallas VA Medical Center (VANTXHCS) provides pressure redistribution mattresses to all hospitalized patients as part of the standard hospital bed. However, in certain circumstances such as multiple wounds, pressure ulcers, body surface area, certain respiratory and medical conditions, the mattress and/or even the entire bed frame must be replaced to provide optimal care to the patient. These specialized surfaces are obtained from various vendors and are rented for a limited period of treatment. Historically rental has been preferred for these specialty items. Storage, cleaning, maintenance, and repair are provided by the vendor. The contractor shall provide all required services and parts for the VA equipment in accordance with the original equipment manufacturer specifications. Key Assumptions Vendor shall have access to the VANTXHCS Qualified technicians shall deliver and set up equipment Qualified technicians shall remove VANTXHCS equipment and properly store in designated areas (currently 4th and 6th floor storage room; subject to change) Vendor accepts responsibility for damages to equipment incurred during delivery/set-up or retrieval. End users shall notify Wound Care staff to initiate contact to vendor for equipment based on patient care needs. Upon delivery and on request vendor shall provide basic instruction to end users on usage, functionality, and troubleshooting of equipment Vendor s Responsibility Provide requested equipment as outlined below Provide personnel Provide supervision of its employees/technicians performing work on the VANTXHCS Campus Provide technicians necessary for the delivery, set-up and retrieval of equipment Scheduled Preventative Maintenance Equipment shall be routinely evaluated and maintained for performance in accordance with manufacturer s recommendation (Quarterly). Routine preventative maintenance schedules shall not conflict with patient care activities. Unscheduled Corrective Maintenance Contractor is required to be available to provide corrective maintenance 24 hours a day, 7 days a week, 365 days a year (24/7/365). Fix within 2-4 hours of call for repair Swap for functioning equipment if unable to repair within 4 hours. Replacement equipment shall arrive within 4 hours if unable to repair Delivery Equipment shall be delivered to the VANTXHCS located at 4500 South Lancaster Rd. Dallas TX, to patient care unit and room defined at the time of contact for service. Equipment shall be delivered and/or retrieved 24/7/365 upon request including all federal holidays. Deliveries (i.e. vendor arrival to hospital) shall be made within 2-4 hours of request Pick-up shall be made within 8 hours of notification equipment is no longer needed. During the hours of 7:00 AM to 4:00 PM the vendor shall report to the patient unit and unload the equipment ordered. A receipt of ordered equipment should be taken to Wound Care in the basement of building-2 room BA33. Contact ext 70680 or 72254 to confirm Wound Care staff availability. During the hours of 4:00 PM to 7:00 AM the technician shall contact the Clinical Coordinator at 214-857-0611 or pager 214-759-1603 upon arrival at patient care unit. Equipment shall be delivered to and retrieved from patient care unit at VANTXHCS without the assistance of any government employee. Documentation Pick-up and delivery records All scheduled and unscheduled maintenance of all vendor supplied equipment on VANTXHCS campus Maintenance manuals for all equipment Operation/ User manuals for all equipment to be available upon request Receipt of delivery To be obtained by vendor technician from the patient care unit charge nurse or designee where the equipment was delivered Copy of receipt shall be taken to Wound Care located in the basement of building-2 room BA33. Contact ext 70680 or 72254 to confirm Wound Care staff availability during the hours of 07:00 AM- 4:00 PM. Located in the basement of Bldg 2, room BA33 (except Federal Holidays). Copy of receipt shall be left on the 9th floor Nursing Service drop box located outside the Nursing Administration office (next to the wood doors) during the hours of 4:00 PM- 07:00AM and 7:00am to 4:00 pm on Federal Holidays. Billing shall cease upon notification equipment is no longer needed. Acceptance Criteria Conformance with standards and specifications as defined by documents noted in paragraphs 1.2.1 and 1.2.2 of this document. Governments Responsibility Contact vendor when patient needs meet criteria for equipment Provide access to location where equipment is to be delivered, retrieved, repaired, or maintained. Notify vendor promptly of malfunctioning equipment Schedule This contract is effective from June 19 or date of award if later, through April 30, 2021, or later as authorized by the Contracting Officer s exercise of one or more options incorporated into the contract. However, funding is subject to the availability of funds. Therefore, no services shall be performed unless authorized in writing by the Contracting Officer. Contract period is expected to cover a base period plus two one-year option periods. 7. HOURS OF WORK: Beds shall be delivered on an as needed basis for patients per request of the Wound Care Team or Clinical Coordinators. National holidays observed by the Federal Government are as follows: New Year's Day January 1st Martin Luther King's Birthday 3rd Monday in January President's Day 3rd Monday in February Memorial Day Last Monday in May Independence Day July 4th Labor Day 1st Monday in September Columbus Day 2nd Monday in October Veterans Day November 11th Thanksgiving Day 4th Thursday in November Christmas Day December 25th If a holiday falls on Sunday, the following Monday shall be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday. 8. DELIVERY LOCATION: Throughout VANTXHCS as directed by the Wound Care Team or Clinical Coordinators. 9. EQUIPMENT LIST: Item # Description/Part Number* Qty P0800010019 Clinitron RiteHite C-8 Assy 700 P1840RE100 TC Bariatric Plus Bed w/ Foam 550 P1840RE200 TC Bariatric Plus Bed w/air 375 P1840RE300 TC Bariatric Plus Bed w/Pulmonary 400 P1900F100 TotalCare SpO2RT Bed 385 P7129 Excel Care Bed w/ Air Surface 350 P7144A Excel Care Prevention TZ-Foam 325 P7132 Excel Care Bed w/ Air Surface w/Trapeze 205 P741A Envision MRS 275 P005787 P500 Therapy Surface 1550 P7145A Excel Care Therapy TZ-Air 250 P7142A Excel Care Therapy-Air 550 10. SCHEDULE FOR RETURNS: Equipment to be returned shall be picked-up in 12 hours unless mutual agreement to hold in event unusual circumstances and delivery shall be within same day if request is made by p.m. If the request is made after p.m., delivery is expected by 8 a.m. of the following day. Broken equipment shall be picked-up as soon as notified. 11. IDENTIFICATION/PARKING The contractor s employee(s) shall wear visible identification always while on the premises of the VANTXHCS. 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. The Contractor, at his/her own expense, shall provide all employees with a Contractor Identification Card (ID), prior to performing work under this contract. Contractor employees are required to display this card always when performing under this contract. The Contractors employee shall sign each card issued. Employees released from service by the Contractor shall have their card collected by the Contractor. All cards shall contain an expiration date and photograph of the employee. All cards shall be destroyed upon contract completion or termination of the contract. The contractor's on site supervisor shall ensure that all employees carry and display their card when on duty, and are prepared to present them upon request. The Contracting Officer Representative (COR) shall periodically verify cards of contract employees match their personal identification. 12. 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 obtain these permits, licenses, and appointments in compliance with applicable host country laws. In addition, contract termination shall result if the required documents are subsequently denied or withdrawn by the local authorities. Application, justification, fees, and certifications for any licensure required are entirely the responsibility of the Contractor. The Contractor shall ensure that all employees receive the mandatory training, if applicable to this contract, as required by OSHA, JCAHO, etc., and shall comply with all standards and/or requirements. 13. CONTRACTING OFFICER REPRESENTATIVE (COR) 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. Such designation shall be in writing and shall define the scope and limitation of the designee s authority. A copy of the designation shall be furnished to the contractor. 14. 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. 15. PERSONNEL REMOVAL Government rules, regulations, laws, directives, and requirements that are issued during the Contract term relating to law and order, and security shall be applicable to all employees or representatives who enter the VA premises. Violation of such rules, regulations, laws, directives, or requirements shall be grounds for removal (permanently or temporarily as the Government determines) from the work site. Removal of employee does not relieve the Contractor from the responsibility for the work defined in this SOW. The Contracting Officer or designated representative (COR) may require the Contractor to remove any employee performing requirements under this SOW for reasons of misconduct, safety, or security risk posed. Contractor employees shall be subject to immediate dismissal from the premises upon determination by the COR that such action(s) is in the best interest of the Government. 16. PERSONNEL APPEARANCE Contractor employees shall be well-groomed, clean, and neat in appearance; clothes properly fitted, uniform appearance with nametags, and appropriately dressed for the work to be done. Contractor employees shall not wear clothing with slogans, drawings, or language which could be construed as being lewd, obscene, profane, racially offensive, sexually suggestive, and anti-American or which advocates the use of illegal drugs or other unlawful conduct. 17. PERSONNEL COURTESY Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor shall be ground for denying the employee further access to the VA premises. 18. ALCOHOL AND ILLEGAL DRUG USE Contractor employees shall not consume alcohol or illegal drugs during working hours or at any other time the employees are performing work under this contract. The contractor shall not allow any employee to perform work if the employee is under the influence of alcohol or illegal drugs. Contractor employees found to be under the influence of alcohol or illegal drugs during working hours shall be immediately removed from duty. For the purpose of this provision, the threshold for being under the influence of alcohol or illegal drugs is the same as that established by current laws for vehicle operations. The Contractor is responsible for establishing the method(s) by which employees shall be determined to be under the influence of alcohol or illegal drugs. 19. VEHICLE CONDITION AND MARKINGS All Contractor-owned vehicles shall be maintained in a neat, presentable, and operational condition as determined by the Contracting Officer or COR. Contractor vehicles shall be clearly marked so as to be distinguishable from Government Equipment. Markings shall include, but not limited to, the Contractor's name and telephone number on all equipment and vehicles used to carry out the requirements of the contract. Contractor vehicles shall follow parking rules while on US government property and is subject to tow if illegally parked. 20. CONFIDENTIALITY The Contractor's personnel shall agree to comply with the Privacy Act of 1974 (the Act) and other applicable federal laws, rules, regulations and policies issued under the Act during and after the execution of this contract. Because confidential medical record information may be accessible and/or visible to Contractor employees during performance of their daily duties, the Contractor shall obtain a signed "confidentiality certificate" from each employee prior to allowing them to start work under this contract. Any information about an individual that is maintained by the VA, including, but not limited to, education, financial transactions, medical history, and criminal or employment history or any record that contains the person's name, or the identifying number, symbol, or other identifying particular assigned to the individual, shall be kept CONFIDENTIAL. A copy of this certification shall be provided to the COR upon request. 21. 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. 22. INSURANCE The Contractor shall procure and maintain for the entire contract period, Workmen's Compensation and employers Public Liability Insurance in accordance with laws of the State of Florida. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required insurance has been obtained. See FAR 52.228-5, Clauses Section. Contractor shall provide the CO with an original signed copy of Insurance Certification with appropriate coverage, no later than ten (10) calendar days after notice of award. The contractor shall notify the VA immediately of any changes in insurance coverage. Failure to submit documentation regarding the above insurance requirement shall be grounds to terminate the contract for default. 23. CHANGES TO CONTRACT: The contracting officer is the only person authorized to modify this order. 24. METHOD OF PAYMENT: Vendor to mail or fax invoices to Austin TX for customer to certify through utilization of the IPPS Invoice Payment Processing System Invoices: All invoices must be encrypted when sending a copy to VANTXHCS through Microsoft Outlook. Note: Equipment must be able to accommodate patients with the following special needs: 1. Multiple pressure ulcers 2. Complex wounds 3. Polytrauma injuries 4. Bariatric patient requiring this type of mattress 5. Lateral rotation 6. Prevention/treatment of pneumonia
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q0557/listing.html)
- Document(s)
- Attachment
- File Name: 36C25718Q0557 36C25718Q0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4280664&FileName=36C25718Q0557-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4280664&FileName=36C25718Q0557-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25718Q0557 36C25718Q0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4280664&FileName=36C25718Q0557-000.docx)
- Place of Performance
- Address: North Texas Health Care System;4500 South Lancaster Road;Dallas, TX
- Zip Code: 75216
- Zip Code: 75216
- Record
- SN04911524-W 20180506/180504230627-e66f1d2e41699cbb647a97d515e118f8 (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 |