DOCUMENT
71 -- MED SURG BEDS - Attachment
- Notice Date
- 5/18/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
- ZIP Code
- 44131
- Solicitation Number
- 36C25018Q0610
- Archive Date
- 8/16/2018
- Point of Contact
- Rachelle J. Hamer
- E-Mail Address
-
Contract Specialist
(rachelle.hamer@va.gov)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- Combined Synopsis Solicitation: Med Surg Beds General: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25018Q0718 and is issued as a Request for Quote (RFQ). This solicitation document and incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective January 24, 2018. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 339113 and the small business size standard is 750 employees. This solicitation is for brand name or equal. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 VERSACARE MED SURG BED Standard Features: Low Chair Position Point-of-Care Side-rail Controls Slide Guard Pivot Technology Hands Free Foot Controls for Bed Height, Audible Brake Alarms Smart Bed Ready 41.00 EA BRAND NAME OR EQUAL 0002 NUL WITH PENDANT 41.00 EA BRAND NAME OR EQUAL 0003 ACCESSORY OUTLET 41.00 EA BRAND NAME OR EQUAL 0004 EVACUATION DEVICE READY 41.00 EA BRAND NAME OR EQUAL 0005 NANO AG+ 41.00 EA BRAND NAME OR EQUAL GRAND TOTAL 3. Statement of Work: 1.0 STATEMENT OF WORK/BACKGROUND: The Louis Stokes Cleveland Department of Veterans Affairs Medical Center (CLE VAMC), Cleveland, OH, provides inpatient services to medical and surgical care patients. These patients are admitted on both acute care and medical units and require high-risk after surgery and often times have special needs in terms of comfort care after surgical procedures. 1.1 SCOPE OF SERVICE: The purpose of this item is to provide a safe and comfortable bed. Designed to help minimize torso compression and improve patient comfort. In addition, the beds are adjustable to accommodate individual patient needs. 1.1.a OBJECTIVE: The bed should be designed to enable safe care, especially for mid- to high-acuity patients. Integrating a host of safety-promoting, leading-edge technologies into one versatile healing system all controlled through a simple, intuitive interface. The bed s connectivity, flexibility, and utility are critical to this purchase. 1.2 REQUIREMENTS/TASKS: Smart Bed technology enabled for connectivity with NaviCare ® Nurse Call, other nurse call system features and EMRs. Connectivity to: All characteristics are Brand Name or Equal-The bed frame shall be 100% compatible with the Hill-Rom Nurse Call System and fit the Versa Care Mattress. Patient Safety Application/Alerts Shall have bed exit monitoring system; Shall have a set for fall risk; and Shall have visual notification of patient risk. Staff Location/Interaction Shall improve staff efficiency with direct staff-to-staff communication Shall have patient to staff communication (from anywhere on the ward) Shall have calls or alerts immediately to staff, automatic alarms, to reduce overhead disruptions Shall track performance metrics (real-time clinical insight), staff responsiveness Shall provide patient safety reports, rounds scorecards (staff responsiveness, patient call demand, time staff spend in patient rooms or other areas Other Salient Characteristics Shall have Nightlight; Bed shall be Low bed floor to top of deck 13" (33 cm) or lower-to reduce the chance of fall. Shall be able to be placed into a chair position while maintaining low height; Shall be able to adjust the length of the bed and sleep surface; Shall assist with turning the patient for linen changes, dressing changes, bed panning, back care and other nursing procedures; Advanced Microclimate ® management technology Shall have an integrated scale; Shall have controls located on bedside for easy access to patient and caregiver. Shall have foot controls; Shall have powered transport (lets staff handle bed effortlessly) Shall have digital head of bed angle display 30 ° head of bed alarm-This needs to be exactly at 30 degrees and cannot vary. Any greater angle and the patient begins to put too much wait on the areas where the pressure wounds mostly occur. We cannot go lower than 30 degrees because the patients are often tube fed and you cannot tub feed a patient at any less of an angle. Shall have nurse call and entertainment controls; Shall be able to recognize objects that are between the upper frame and the base frame; Shall have a battery back-up; Shall have Four IV Sockets Shall have patient control backlighting; Shall have a CPR and Emergency Trendelburg; and Shall have fluid, air, or liquid surface. 2.0 PLACE OF PERFORMANCE: The facility does have a loading dock. Louis Stokes VA Medical Center 10701 East Blvd. Cleveland, OH 44106 2.1 GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows: New Year's Day 1 January Martin Luther King's Birthday Third Monday in January President's Day Third Monday in February Memorial Day Last Monday in May Independence Day 4 July Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day 11 November Thanksgiving Day 4th Thursday in November Christmas Day 25 December If a holiday falls on Sunday, the following Monday will 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. 4. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items,; 52.203-17;52.204-4;52.219-18 852.203-70; 852.211-70; 852.211-73;852.219-10; 852.232-72; 852.246-70, one year or better; 852.246-71; 52.212-4; FAR 52.252-2, 52.232-40; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-4) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.216-1; 52.232-38; 52.233-2; 852.233-70;852.252-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.212-2, and 52.212-3. 5. Offer Evaluation and Award. This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation: Brand name or equal. Technical; Delivery; Past Performance; and Price. An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any Cleveland VAMC personnel to discuss this RFQ during the solicitation and evaluation process. 5. Procedure for submitting documents to the Department of Veterans Affairs. DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW. email: rachelle.hamer@va.gov 6. Submission of Offer. All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award. Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs and VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award. Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. CONTRACTORS MUST STATE THEIR BUSINESS SIZE when submitting their quote AND if the item is on a FSS/GSA schedule awarded to the Contractor include the schedule information on your quote. Quotes are to be broken out to include line item pricing for each line item. RESPONSES ARE DUE: Wednesday, May 30, 2017 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25018Q0610 Centrifuge in the email subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q0610/listing.html)
- Document(s)
- Attachment
- File Name: 36C25018Q0610 36C25018Q0610.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316315&FileName=36C25018Q0610-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316315&FileName=36C25018Q0610-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25018Q0610 36C25018Q0610.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4316315&FileName=36C25018Q0610-000.docx)
- Place of Performance
- Address: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, OH
- Zip Code: 44106
- Zip Code: 44106
- Record
- SN04927962-W 20180520/180518230524-187145f4201e88f7a5def215041854e4 (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 |