Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
DOCUMENT

W -- WOUND CARE PRESSURE SENSING SYSTEM RENTAL CLEVELAND - Attachment

Notice Date
6/5/2018
 
Notice Type
Attachment
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
36C25018Q0770
 
Response Due
6/8/2018
 
Archive Date
9/6/2018
 
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: Wound Care Pressure Sensing System Rental Cleveland 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 36C25018Q0770 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 532490 and the small business size standard is 32.5 Employees. Line items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES UNITS UNIT PRICE 0001 Wound Care Pressure Sensing System Approximately 10 Units a Month 1 EA __________________ 0002 Tablet Approximately 10 Units a Month 1 EA __________________ 3. Statement of Work: STATEMENT OF WORK (SOW) BACKGROUND. The Louis Stokes Cleveland Veterans Affairs Medical Center (CLE VAMC), Spinal Cord Service (SCS) requires the use of Wound Care Pressure Sensing System to meet the needs of our patients. These systems will be utilized by patients being treating on our inpatient spinal cord units. The Wound Care Pressure Sensing System that prevents pressure wounds on our patients. SCOPE. The contractor shall provide Wound Care Pressure Sensing System and other specialty therapeutic services for use by patients. This contract will cover a range of approximately 270 beds per quarter. The volumes or amounts shown are estimates only. The contract shall be for the actual requirements of the VA as ordered by the CLE VAMC during the life of the contract. SPECIFIC TASKS/RENTAL EQUIPMENT SPECIFICATIONS. The new contract will be a Firm Fixed Indefinite Delivery and Indefinite Quantity (IDIQ) (1) base year, plus (4) four option years, for a total of five years if applicable. The Contractor shall furnish all labor, materials, equipment, repair, and supervision when delivering and removing Wound Care Pressure Sensing System. Product shall be clean and in good/working condition upon delivery. Contractor s employees shall be discreet, tactful, demonstrate concern, compassion, and patience with a high degree of professionalism and understanding. The location of delivery/pick-up will be at the CLE VAMC, 10701 East Boulevard, Cleveland, OH 44106. Maintenance. Contractor shall provide manufacturer s cleaning instructions and ensure all rental property is cleaned and decontaminated prior to bringing to the CLE VAMC and must be tagged with name of Vendor for ownership/identification purposes. Contractor shall have a dedicated technician. Training/In-Service. Contractor shall provide education to staff on proper bed controls, operation and safety measure upon delivery. Unlimited Operator Training shall be conducted to staff on proper use of equipment upon request twenty-four (24) hours a day / five (5) days per week Monday through Friday excluding holidays. Contractor shall have a training specialist. Schedule for Returns. The Contractor shall be responsible for the delivery of Wound Care Pressure Sensing System, and removal of the Wound Care Pressure Sensing System. The Contractor shall have a twenty-four (24) hour day/seven (7) day a week availability of maintenance and or delivery. The Contractor shall deliver to the facility within four (4) hours and remove items within four (4) hours of receipt of order or call for pick-up. The Contractor shall fix or replace broken equipment within 4 hours of call for repair. The Contractor shall swap for functioning equipment if unable to repair within four (4) hours. Replacement equipment shall arrive within four (4) hours if unable to repair. Rental Equipment Specifications. The salient characteristics for the required rental equipment are as follows: The Wound Care Pressure Sensing System consists of a mat and display. The mat is installed on or in the standard surface and is not visible post installation. The touch screen display is a tablet screen mounted on the foot of the bed, facing the nurse or the patient. Surface/Mat: Shall have a pressure sensing map system mat; The sensing map system shall operate on all surfaces, air, foam, air/foam combination and fluid immersion surfaces. The pressure sensing mat system shall include armature, magnetic anchors and power supply cable. Mat dimensions should be 86 x 39 -as long as all sizes of patients can fit the mat. Visualization Tablet: Shall have bedside touch-screen display to assess the real-time pressure beneath the patient; Shall provide visual and evaluation feedback on the effectiveness of the patient turn, and the pressure reduction; Shall have continuous feedback; Shall have iOS device compatible app; Shall have orthotic assessment; Shall have plantar assessment; Shall be portable; Shall have printout capabilities; Shall have real time data; Shall have seated assessment; Shall have total body assessment; Shall be wireless; Contractor shall remove trash, packing materials and all debris from installation. Operator and Service Maintenance Manuals shall be provided to users and as needed on rental equipment. PERFORMANCE MONITORING. This contract shall be monitored by the COR, who will act as the primary technical representative of the Government. Final inspection and acceptance of all deliverables shall be performed at the CLE VAMC, the place of delivery by the COR. The COR will coordinate with the end user to ensure the product is serviceable and safe for patient care; deliverables/pick-up shall be timely. CONDUCT OF 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 CLE VAMC 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. PERSONNEL COURTESY. Contractor employees shall not exhibit rude behavior. Loudness, vulgarity, rudeness, or other similar offensive conduct by an employee of the Contractor will be grounds for denying the employee further access to the CLE VAMC premises. SECURITY REQUIREMENTS. The Contractor shall have contractor ID when making deliveries to the facility. The Contractor shall have delivery documents and make all deliveries to PCS/Nursing and wait for further instructions. OTHER PERTINANT INFORMATION OR SPECIAL CONSIDERATIONS. Identification of Non-Disclosure Requirements. The Contractor shall not have access to any CLE VAMC patient or employee sensitive information or proprietary information. No sensitive areas will be accessed by the Contractor as this is a delivery and pick-up service only. The Contractor shall not have access to any patient sensitive information. Packaging, Packing and Shipping Instructions. The Contractor is to deliver and pick-up all equipment and supplies for PCS/Nursing, CLE VAMC. Inspection and Acceptance Criteria. PCS/NURSING will receive, inspect, and sign off on delivery and pick-up accordingly. They will ensure that beds are ready for the Contractor for pick-up and that all tickets have a number, signed and forwarded to Logistic Service, Chief Materials Management. RISK CONTROL. The Contractor is responsible to deliver sanitized equipment and supplies. The equipment that is returned to the Contractor shall be used or considered used. PCS/Nursing will ensure all used equipment is identified and segregated from clean equipment. Used equipment will be tagged USED and the Contractor shall ensure equipment is removed. PLACE OF PERFORMANCE. Deliver to: Louis Stokes Cleveland Veterans Affairs Medical Center 10701 East Blvd., Cleveland, OH 44106 PERIOD OF PERFORMANCE. July 15, 2018 through July 14, 2019 and any exercised options. DELIVERY SCHEDULE. There shall be a total of at least ten (10) at any given time. HOURS OF WORK. The Contractor shall provide services and support during weekends and holidays should there be emergencies, deficiencies, malfunctions, or additional equipment required during OFF BUSINESS HOURS (regularly conducted Mon-Fri 8am to 4:30pm). 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. CHANGES TO CONTRACT: The contracting officer is the only person authorized to modify any contracts. 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; 52.216-22; 52.217-8; 52.217-9; 52.219-18; 852.203-70; 852.211-70; 852.219-10; 852.232-72; 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 52.232-33 are applicable). The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial, with the following added as addenda to the clause, Addendum to 52.212-1; 52.216-1; 52.232-38; 52.233-2; 852.215-70; 852.233-70; 852.252-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ 852.270-1; (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: Technical; Delivery; Past Performance; SDVOSB; 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 VOSB 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: Friday June 8, 2018 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25018Q0770 Wound Care Pressure Sensing System Rental Cleveland in the email subject line.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/36C25018Q0770/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q0770 36C25018Q0770_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4361064&FileName=36C25018Q0770-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4361064&FileName=36C25018Q0770-001.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: Louis Stokes Cleveland VAMC;10701 East Blvd.;Cleveland, Ohio
Zip Code: 44106
 
Record
SN04944899-W 20180607/180605231427-b90c0e503385c93f7fc114c0d2007e7d (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.