Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2018 FBO #6077
DOCUMENT

65 -- Bed Rentals - Attachment

Notice Date
7/12/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Contracting Section (90C);707 East 3rd Street;Big Spring TX 79720
 
ZIP Code
79720
 
Solicitation Number
36C25718Q9715
 
Response Due
7/16/2018
 
Archive Date
8/30/2018
 
Point of Contact
Michael J. Tusinger
 
E-Mail Address
l.tusinger@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government. This notice is intended strictly for Market Research. This is a Request for Information only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The Department of Veterans Affairs, NCO 17, VA North Texas Health Care System and Thomas E. Creek Medical Center intend to request information for the rental of Specialty Beds and Mattress s. The Government is conducting a market survey to help determine the availability and technical capability of qualified service-disabled veteran-owned small businesses and veteran-owned small businesses, capable of serving the needs identified below. This notice of intent is for open market as well as Federal Supply Schedule items. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification/socioeconomic status (service-disabled veteran owned and veteran owned small business), relative to NAICS 339113. Responses to this notice will be used by the Government to make appropriate acquisition decisions. A solicitation is not currently available. If a solicitation is issued, it will be announced on Federal Business opportunities website http://www.fbo.gov or GSA E-Buy at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. Thomas E Creek Medical Center Amarillo VA Health Care System 6010 Amarillo Boulevard West Amarillo, TX 79106 Statement of Work: Specialty Beds/Mattress Rentals Scope of Work The Thomas E Creek Medical Center is pursuing the service of rental for specialty beds and specialty mattresses to treat patients for wound care and beds for bariatric and tall patients. Alternating pressure mattress replacement system, part RA3000Elite-84 shall be brand name or equal and contain low air loss to assist in moisture control with a selectable 3-1 air cell inflation/deflation alternating pressure therapy with a xaximum inflate for easy patient positioning, shall have an adjustable length; 76, 80, 84, be a low profile mattress depth with integrated air foot cushion with low friction, anti-shear cover, and shall have CPR quick release for rapid deflation. Expandable bariatric bed, part RC100UB, shall be brand name or equal and contain split frame design for easy delivery and storage with 5 functions to include Trendelenburg and cardiac chair with integrated scale for one-button weighing in any position, shall contain an expandable bed deck permits transport through doorways as narrow as 40, shall accommodates mattresses up to 54 wide have 3 positions, wing type, padded side rails and IV pole and Foley bag holder. It shall have 1000-pound weight capacity with optional trapeze. It shall have Power requirements:115 VAC 60 Hz 10.5 AMP. Expandable bariatric bed frame, part rc 750 shall be brand name or equal and contain Split frame design for easy delivery and storage, shall have expandable bed deck that permits transport through doorways as narrow as 40, shall accommodates mattresses up to 54 wide with 3 position, wing type, padded side rails, shall have 3 functions including hi-low, head (Fowler) and knee gatch, contain IV pole and Foley bag holder, have a 750 pound weight capacity with an optional trapeze for helping patients get out of bed. The frame shall contain a bed deck length: 84 (96 with optional extender), overall frame size: 39.5 to 56.5 wide x 88 long, a deck height: 17 to 30, and a head/footboard width: 38 Expandable Fall Prevention Bed mattress, Part number RCHL850 shall be brand name or equal and provide a safe working Load of 850 lbs.; shall have a low position - Deck to Floor: 9"; High Position - Deck to Floor: 30.75"; shall have a sleep deck width that is expandable at: 39", 42", 48"; Sleep Deck Length: 82"; Maximum Overall Width w/Rails: 52"; Maximum Overall Length w/o Bumper: 89" this mattress is to accommodate patients a safe environment to help prevent falls. Rotation Mattress Replacement System, Part #RT3000 shall be brand name or equal and have a kinetic therapy with a rotation of 40 degrees or more in conjunction with low air loss. It shall contain a weight capacity of 600 lbs. with a sleep surface Width of 35" and shall have zoned low air Loss, 1740 LPM, with continuous lateral rotation of 40+ degrees; Pulsating Low Air Loss: 3, 5 or 10 Minutes VA North Texas Health Care System 4500 South Lancaster Road Dallas, TX 75216 STATEMENT OF WORK BED RENTALS SCOPE OF WORK: The contractor shall provide bed rental equipment to the VA North Texas Health Care System (VANTXHCS), 4500 South Lancaster Road, Dallas, Texas 75216, and to the Sam Rayburn Memorial Veterans Center, 1201 East 19th Street, Bonham, Texas 75418 for the sole purpose of patient care for our patient/residents and are within defined time frames for services. PERFORMANCE PERIOD: The period of performance will be for the period of 01 of October 2018 through 30 of September 2019. This contract will be for one base year plus a one (1) year option. In the event that the task order ends before September 30, 2018, the contract SHALL end the date of the FSS contract end date. RENTAL EQUIPMENT SPECIFICATIONS/SALIENT CHARACTERISTICS: The following items shall be delivered as needed: Bariatric Bed/Bariatric Suites BariRehab2 Platform or FLEX Package (Bed w/Bariatric Air Support) Must have Expandable Deck Width 39 42 - 48 Option required 80 & 86 Deck Length Must have 15 Deck Low 30 Must have 1,000 lb. Weight Capacity Required in Bed Scale with 30 Day Weight History Must have 3 Stage Bed Exit Alarm System Require Protocol Timer Must have Trend and Reverse Trend Must have Trendelenburg and Reverse Trendelenburg Must have Anti-Microbial/Anti-Bacterial Head/Foot boards and Side Rails Desired Multi-Language Display with Voice Recordable Alerts Must have Cardiac Chair Position Must have Full Frame Trapeze Bariatric Bed BariRehab Platform1 Must have Expandable Deck Width 39 42 - 48 Option required 80 & 86 Deck Length Must have 13.5 Deck Low 30 Must have 1,000 lb. Weight Capacity Required Bed Scale Option Must have Trendelenburg and Reverse Trendelenburg Must have Cardiac Chair Position Must have Full Frame Trapeze Bariatric Low Bed LowBoy Bariatric Must have Deck Width 39 Option required 82 Deck Length Must have 7 Deck Low 30 Must have 850 lb. Weight Capacity Must have Trendelenburg and Reverse Trendelenburg Must have Cardiac Chair Position Must have Full Frame Trapeze Bariatric Specialty Support Surfaces LAL Mattress Systems Bariatric Rotational Therapy with or without Percussion & Vibration BigTurn Shall provide Full Body Continuous Lateral Rotation Therapy Shall Provide Pulsation Therapy Minimum requirement Left/Right Rotation 40 Degrees/40 Degrees Must have Power Failure Alarms Visual/Audible Required 1,000 lb. Capacity Must have CPR Emergency Release Must have Lock Out Controls Required 3 Safety Base Desired 1-30 Minute Cycle time Must have 1,740 LPM LAL Percussion & Vibration Module Available Bariatric Alternation Therapy MightyAir Shall provide 1 - n - 3 Alternation Therapy Shall Provide Static/Immersion Therapy Must have Power Failure Alarms Visual/Audible Required 1,000 lb. Capacity Must have CPR Emergency Release Must have Lock Out Controls Required 3 Safety Base Desired Variable 3-20 Minute Cycle Time Must have 1,740 LPM LAL Specialty Fall Prevention Bed w/Bed Exit Alarm and Scale Evolution Bed Must have Trendelenburg & Reverse Trendelenburg Functions Must have Cardiac Chair Position Required bed Exit Alarm with Nurse Call Interface and Scale with 30 Weight History Must have Independent Lock-Out Bed Controls at Foot End & Hand Control Must have Head Angle Indicator (V.A.P) Desired High Impact Head/Foot Boards and Side Rails Required Deck Low 9": Deck High 31" 850 lb. Weight Capacity desired Specialty Support Surfaces LAL Mattress Systems Alternation Therapy SW Alternate Shall provide 1 n- 3 Alternation Therapy Shall Provide Static/Immersion Therapy Must have Power Failure Alarms Visual/Audible VersaCare Option Available Required 600 lb. Capacity Must have CPR Emergency Release Must have Lock Out Controls Required 3 Safety Base Desired Variable 3-20 Minute Cycle Time Must have 1,740 LPM LAL Pulsation Therapy SW Pulsate & SW Pulsate Bariatric Shall provide Pulsation Therapy Shall Provide Static/Immersion Therapy Must have Power Failure Alarms Visual/Audible VersaCare Option Available Required 600 lb. Capacity Standard 1,000 lb. Capacity Bariatric Must have CPR Emergency Release Must have Lock Out Controls Required 3 Safety Base Desired Adjustable Pulsation Cycle Times with Feedback Sensor Must have 1,740 LPM LAL Rotational Therapy with or without Percussion & Vibration SW Rotate Shall provide Full Body Continuous Lateral Rotation Therapy Shall Provide Pulsation Therapy Minimum requirement Left/Right Rotation 40 Degrees/40 Degrees Must have Power Failure Alarms Visual/Audible Required 600 lb. Capacity Must have CPR Emergency Release Must have Lock Out Controls Required 3 Safety Base Desired 1-30 Minute Cycle time Must have 1,740 LPM LAL Percussion & Vibration Module Available Specialty Support Surfaces LAL Mattress Systems (cont.) Immersion Therapy Platinum 6000 Shall provide Fluid Immersion Therapy Must have 1 in 2 Alternation Required Safety Base VersaCare Option Available LAL therapy Must have Transport Mode Must Auto-adjust Pressure Based on patient Height /Weight and/or mmHg Required 600 lb. Weight Capacity Alternating Therapy SW APM Shall Provide 1 in 2 Alternation Minimum Requirement of Eight Firmness Settings Required Safety Base Must have 300 lb. Weight Capacity Available in 8 replacement or 4 Overlay Mobility Item Trapeze A-Frame Trapeze Required A-Frame Solid Steel Construction Must have 850 lb. capacity Required compatibility with all rental frames All mattresses must be compatible with VersaCare Beds VHA DIRECTIVE 1009 - STANDARDS FOR ADDRESSING THE NEEDS OF PATIENTS HELD IN TEMPORARY BED LOCATIONS This Veterans Health Administration (VHA) Directive provides policy guidelines for providing care to admitted patients placed in temporary bed locations when the appropriate acute care beds are not immediately available. Additional Bed Rental Contractor requirements for this Directive: Work in conjunction with Bed Flow Coordinator(s) (a staff member with clinical background) to coordinate rental equipment with inpatient admissions and bed assignments. Assisting with equipment needs and processes for prioritization and decision-making to ensure safe patient care during periods of high demand for rental inpatient beds. Patient right to privacy is protected. Coordinating rental product removal with the discharge of hospital patients. All rental items delivered would be clean, sanitized, and ready for immediate patient use utilizing specified and traceable infection control and quality control guidelines as set forth by the rental contractor JACHO standards for both pre delivery inspection (PDI) and pre maintenance inspections (PMI). DELIVERY REQUIREMENTS: All bariatric equipment must be inspected by Biomed personnel prior to placing in service. FDA compliance and meet the Department of Veterans Affairs Safe Patient Handling requirement. All bed frames greater than 80" in length must have equivalent size mattresses. Mattress covers for low air loss mattresses will be replaced as needed. Contractor to remove trash and all debris from installation and packing materials Operator Manuals to be provided to users and Service maintenance to be provided as needed on rental equipment. Multiple surfaces to meet various patient needs (Pulse, Alternate, Immersion & Rotation) Manufacturer will supply approved surfaces for Versa Care frame. Delivery/Pickup Service: Delivery within a 1 hour window. Upon a delivery request, vendor will remove Government facility owned beds or mattresses from assigned room to a designated storage area. Vendor will deliver standard and Bariatric beds, Mattresses, Advanced Patient Care Products and accessories as requested in the styles and quantities needed. Upon rental equipment pickup request, Vendor shall remove the items for the premises immediately. Government facility owned beds or mattresses will be removed from the designated storage area and place back into the assigned room by Vendor. As high-volume demand dictates at the VA North Texas health Care System, the Vendor will assign a Medical Technician to the Government facility Monday Friday 7am to 6pm. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES: N/A MAINTENANCE: Vendor will provide manufacturer's cleaning instructions and insure all rental property is cleaned and decontaminated prior to bringing to VANTXHCS and Sam Rayburn Memorial Veterans Center and must be tagged with name of Vendor for ownership/identification purposes. TRAINING/IN-SERVICE: Unlimited Operator Training to be conducted to staff on proper use of equipment upon request 24/7 five days per week Monday through Friday excluding holidays. HOURS OF WORK: Beds will 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 I 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. DELIVERY LOCATIONS: Throughout VANTXHCS and Sam Rayburn Memorial Veterans Center as directed by the Wound Care Team or Clinical Coordinators. SCHEDULE FOR RETURNS: Equipment to be returned will be picked-up in 24 hours unless mutual agreement to hold in event unusual circumstances and delivery will be within same day if request is made by 12 noon. If the request is made after 12 noon, delivery is expected by 12 noon of the following day. Broken equipment must be picked-up as soon as possible. IDENTIFICATION/PARKING: The contractor's employee(s) shall wear visible identification at all times 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 (I D), prior to performing work under this contract. Contractor employees are required to display this card at all times 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 onsite 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. 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. 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 will be in writing and will define the scope and limitation of the designee's authority. A copy of the designation shall be furnished to the contractor. 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. 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. 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. 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 ground for denying the employee further access to the VA premises. 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 will 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 will be determined to be under the influence of alcohol or illegal drugs. 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 will follow parking rules while on US government property and is subject to tow if illegally parked. 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. 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. 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 (1 0) calendar days after notice of award. The contractor will 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. CHANGES TO CONTRACT: The contracting officer is the only person authorized to modify this order. 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. The North American Industry Classification System (NAICS) is 339113. Any firms who wish to identify their interests and capability to provide this product must provide proof that authorization from the manufacturer to distribute the product by notifying the Contracting Officer no later than 10:00 AM Central Standard Time, July 16, 2018. Such notification must include any documentation that includes certification to distribute the product. Notification shall be e-mailed to Michael J. Tusinger, Contracting Officer, michael.tusinger@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VAWTHCS519/VAWTHCS519/36C25718Q9715/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9715 36C25718Q9715_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4478116&FileName=36C25718Q9715-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4478116&FileName=36C25718Q9715-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04988942-W 20180714/180712231009-d2a95247a8afc278b779554b78c1473a (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.