DOCUMENT
65 -- OPERATING TABLE BASE - Attachment
- Notice Date
- 8/15/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
- ZIP Code
- 39216
- Solicitation Number
- 36C25618U0272
- Response Due
- 8/20/2018
- Archive Date
- 11/18/2018
- Point of Contact
- Diyonne Williams
- E-Mail Address
-
6-6956<br
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- SOW BACKGROUND: CAVHS owns 2 Hana tables and one is no longer safe to use because the hydraulics slowly allows the table to sink during procedures which becomes a patient safety issue as well as the safety of the hospital staff. The vendor has declared that this model is unrepairable. The Replacement, HANA BASE, 110V is for an existing Operating Table used in orthopedic hip replacement surgeries. We are replacing the base only, as the table top and most accessories are still serviceable, with the exception of the traction boots which show normal wear and tear. We are requesting that we replace these in 3 sizes: small, large and XLarge The Hana ® Table Base has three primary electrically powered functions: Height (up/down), Lateral Tilt (left/right), and Trendelenburg/Reverse Trendelenburg. Electromechanical actuator motors perform these motions that are controlled by means of a Hand Pendant or onboard Auxiliary Control Panel with functions clearly labeled. The table is also equipped with powered left and right Femur Lifts that are controlled by a Foot Pedal providing the surgeon the ability to raise and lower the Femoral Hook during the Anterior Approach Total Hip Arthroplasty. Four (4) independent, manual Caster Floor Locks stabilize the table in the operating location. DESCRIPTION OF REQUIREMENT: Surgical table base and accessories compatible with the Hana ® Table System. The requested base must be compatible with current VA owned Hana table due to the proprietary nature. The following medical equipment is required: PARTS # DESCRIPTION QTY UNIT 6875-326 ASSY, REPLACEMENT, HANA BASE, 110V 1 EA 6850-485 - Hana/ProFx Traction Boot Small (pr) 1 PR 6850-486 Hana/ProFx Traction Boot Large (pr) 1 PR 6850-487 Hana/ProFx Traction Boot XLarge (pr) 1 PR TRADE IN CREDIT 1 PR SCOPE OF WORK: The Hana Operating Table base shall be received at the CAVHS VA Medical Center 2200 FT. Roots Drive, Bldg 182, North Little Rock, AR 72114 after receipt of award. CAVHS Biomed Service will inspect and tag the equipment with internal their identification. If needed the contractor shall provide training to surgical personnel on the use and operation of the System. Such training may not be needed because the current staff is familiar with this product. SECURITY: Privacy Officer, Info Security Officer and Records Manager s statements: Information Systems Officer, Information Protection: The contractor will not have access to VA Desktop computers and they nor will they have access to online resources belonging to the government while conducting services. If removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. Privacy Officer: The contractor will not have access to protected Patient Health Information (PHI) and they nor will they have the capability of accessing patient information during the services provided to the VA and if removal of equipment from the VA is required, any memory storage devices, such as hard drives, solid state drives and non-volatile memory units will remain in VA control and will not be removed from VA custody. All research data available for Contractor analyses is de-identified. Records Manager: 1. Records Manager: a. Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. b. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. c. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. d. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. e. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. f. The Government Agency owns the rights to all data/records produced as part of this contract. g. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products/equal products that are listed in the table in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to diyonne.williams@va.gov. Please respond to this RFI no later than August 20, 2018 at 5 PM CT. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/36C25618U0272/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618U0272 36C25618U0272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545497&FileName=36C25618U0272-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545497&FileName=36C25618U0272-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618U0272 36C25618U0272_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4545497&FileName=36C25618U0272-000.docx)
- Record
- SN05037763-W 20180817/180815230933-6b6d9bd34b2fa9d6de3479f4f98fd910 (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 |