Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2019 FBO #6480
SOLICITATION NOTICE

65 -- Installation of Ceiling Mounted Patient Lifts

Notice Date
8/19/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;3140 Governor's Place Blvd, Suite 210;Kettering, OH 45409
 
ZIP Code
45409
 
Solicitation Number
36C25019Q1041
 
Response Due
9/5/2019
 
Archive Date
12/4/2019
 
Point of Contact
shellie.murphy@va.gov
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C25719Q1041 Posted Date: 19 August 2019 Response Date: 5 September 2019 Product or Service Code: 6515 Set Aside (SDVOSB): SDVOSB NAICS Code: 339112 Contracting Office Address Network Contracting Office 10, Kettering, OH Construction Team I Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 08-13-2019. This solicitation is 100% set-aside for a Service Disabled Veteran Owned Small Business (SDVOSB). See VAAR Clause 852.219-10. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees. The Roudebush VA Medical Center is seeking to purchase overhead mounted patient lifts. All interested companies shall submit a quotation for the following: Schedule of Supplies Line Item Description Quantity Unit Price Total Price 0001 GH3+ Private rooms 3x3 traverse lift system with 770 lbs lift capacity. Includes removal of old lift system and install of new lift system. Includes 3 slings with each motor and test certification. All work will be in accordance with the Statement of work. 130 0002 GH3+ - Semi private room 3x4 meter traverse lift system, 770 lbs lift capacity. Includes removal of old lift system and installation of new lift system. Includes 3 slings with each motor and test certification. All work will be in accordance with the Statement of work. 18 0003 GH3+ - Private bariatric room 3x3 meter traverse lift system, 1100 lbs lift capacity. Includes removal of old lift system and installation of new lift system. Includes 3 slings with each motor and test certification. All work will be in accordance with the Statement of work. 12 TOTAL PRICE Statement of Work SCOPE OF WORK: Contractor shall provide a turnkey installation of all overhead mounted patient lifts for the Richard L. Roudebush VA Medical Center, 1481 W 10th Street, Indianapolis, IN 46202. The overhead, ceiling mounted patient lift system shall be complete with track system, lift units, motors and complete structural mounting system to attach to the existing structural/roof system. The contractor shall provide and install a complete XY or H Track Configuration with continuous charge based on the need of each room. A minimum hoist Capacity of 770 lbs., or 1,100 lbs. for bariatric applications must be supported by the product chosen. Installation Service should include removal of all previous overhead mounted patient lifts, appropriate configuration and installation of all Unistrut with direct mounting to the building. The installation shall also include certification for compliance as required by AL14-07PSA Checklist. Service must be provided by OEM certified technician and must use certified OEM parts. All service shall be coordinated through the COR/Richard L. Roudebush VAMC Healthcare Technology Management staff and Clinical staff. Work shall be completed during normal business hours as defined by the contract. CONFORMANCE STANDARDS: All services provided under this contract must be performed in conformance with the Original Equipment Manufacturer and Occupational Safety and Health Administration (OSHA) standards and specifications. Work must meet all facility regulations and codes as applicable and must be coordinated with Biomedical Engineering/Healthcare Technology Management (HTM). HOURS OF WORK: A. Hours of Work for support are defined as standard hours Monday through Friday from 7 a.m. to 4:30 p.m. local time, not including Federal holidays or Contractor Holidays or as otherwise arranged with the Contracting Officer Representative (COR). B. The ten holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday. Service: A. Submittals a. Contractor shall submit updated AsBuilts/architectural and installation drawings to the COR for approval before installation of each patient lift. b. Contractor shall submit Certificates of compliance and all VHA required verification documentation upon completion of installation for each lift. B. Installation a. Remove old Overhead mounted Patient lift system to clear way for new System b. Install new Overhead mounted patient lift system as per manufacturer s specifications, installed by manufacturer s certified installer as shown on provided drawings. i. If distance between the suspended ceiling and anchors is more than 12, lateral braces will be required/installed. C. Instruction and Personnel Training a. Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system and equipment. D. Testing and Certification a. Conduct performance test, verifying that the patient lift system equipment and control devices operate properly and in accordance with design and specification requirements; including weight testing and deflection testing. E. Warranty a. Contractor shall supply Three-year parts and labor warranty for all installed patient lifts. The contractor shall deliver line all line items to the following address: Richard L. Roudebush VA Medical Center Attn: Greg Appers 1481 W. 10th Street Indianapolis, IN 46202 Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: price and technical acceptability. Price This the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling (starting Page 2 of this RFQ). Technical acceptability This is the offeror s ability to provide equipment in accordance with the following salient characteristics: General Information Title of Project: Ceiling Mounted Patient Lifts Service: Biomedical Engineer Point of Contact: Gregory Apers, 317-988-2875 Scope: Purchase of Ceiling Mounted Patient Lifts (equipment information below). Submittals Contractor shall submit updated As-builts/architectural and installation drawings to the Point of Contact (POC) for approval before installation of each patient lift. Contractor shall submit certificates of compliance and all VHA required verification documentation upon completion of installation for each lift. Installation Contractor shall coordinate with the POC and clinical staff to schedule downtime for each patient room/exam room where lifts will be replaced. Contractor shall be responsible for all required electrical work to complete the installation of all overhead mounted patient lift systems. If current power receptacles are not in an appropriate location, contractor will be responsible for the relocation of power to support the lift system. If additional power is required, the contractor shall be responsible for pulling power from the appropriate source to the location determined appropriate for the lift system. Remove old overhead mounted patient lift system to clear way for new system This includes any repairs that must be made to the structural support from the removal of the previous overhead mounted patient lift. During track installation, that contractor shall be responsible for all modifications to existing structural systems to support the patient lift track, including but not limited to any penetrations into the concrete deck. Install new overhead mounted patient lift system as per manufacturer s specifications, installed by manufacturer s certified installer as shown on provided drawings. If distance between the suspended ceiling and anchors is more than 12, lateral braces will be required/installed. Contractor shall be responsible for purchase and replacement of all ceiling tiles that are affected during the installation of the new overhead lift systems. All new tiles must match existing tile in the room where the lift is being installed. Contractor shall be responsible for the repair (patch/paint) of all hard ceilings that are affected during the installation/deinstallation of ceiling mounted patient lifts. Instruction and Personnel Training Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system and equipment. Testing and Certification Conduct performance test, verifying that the patient lift system equipment and control devices operate properly and in accordance with design and specification requirements; including weight testing and deflection testing. ICRA/ILSM Requirements Contractor shall comply with all facility infection prevention requirements All requirements will be outlined in the infection prevention and control construction permit that will be issued by facility infection prevention staff Requirements will include but are not limited to Remove or Isolate HVAC system in area where work is being done to prevent contamination of duct system. Complete all critical barriers i.e. sheetrock, plywood, plastic, to seal area from non-work area or implement control cube method (cart with plastic covering and sealed connection to work site with HEPA vacuum for vacuuming prior to exit) before construction begins. Type of barrier will be determined by infection prevention staff Maintain negative air pressure within work site utilizing HEPA equipped air filtration units if indicated. Contain construction waste before transport in tightly covered containers. Cover transport receptacles or carts. Tape covering unless solid lid. Remove barrier materials carefully to minimize spreading of dirt and debris associated with construction. Vacuum work area with HEPA filtered vacuums. Wet mop area with disinfectant upon completion of work. Remove isolation of HVAC system in areas where work is being performed. Contractor shall comply with facility interim life safety measures as determined appropriate by facility engineering staff. Interim life safety measures will correct existing significant life safety code deficiencies or conditions as a result of construction. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25019Q1041/listing.html)
 
Place of Performance
Address: Richard L. Roudebush VA Medical Center;1481 W. 10th Street;Indianapolis, IN
Zip Code: 46202
Country: USA
 
Record
SN05409792-F 20190821/190819230025 (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.