SOLICITATION NOTICE
W -- WOUND CARE PUMPS CLEVELAND
- Notice Date
- 7/7/2020 9:34:10 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0848
- Response Due
- 7/24/2020 8:00:00 AM
- Archive Date
- 10/22/2020
- Point of Contact
- Rachelle Hamer, Rachelle J. Hamer, Phone: 440-526-3030 Ext 7424
- E-Mail Address
-
rachelle.hamer@va.gov
(rachelle.hamer@va.gov)
- Awardee
- null
- Description
- Page 5 of 5 Combined Synopsis Solicitation: Wound Care Pumps 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 36C25020Q00848 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07, effective July 2, 2020. The applicable North American Industry Classification System Code (NAICS) is 532490 and the small business size standard is $32.5 million. Line items: SPECIAL NOTE: Unit prices shall include all services, such as delivery, set-up, maintenance, and any other applicable services listed in the SOW Each unit shall be defined as 1 day s service, invoicing of items shall be independent of quantity delivered. The total minimum dollar amount, or guaranteed minimum, for the contract is $11,500.00 over the life of the contract. The maximum total value of the contract shall not exceed $900,000.00. BASE- August 15, 2020 through August 14, 2021 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES UNITS UNIT PRICE 0001 Wound Care Pump Approximately 180 units per month EA/per day __________________ Option Year 1 August 15, 2021 through August 14, 2022 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES UNITS UNIT PRICE 0001 Wound Care Pump Approximately 180 units per month EA/per day __________________ Option Year 2 August 15, 2022 through August 14, 2023 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES UNITS UNIT PRICE 0001 Wound Care Pump Approximately 180 units per month EA/per day __________________ Option Year 3 August 15, 2023 through August 14, 2024 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES UNITS UNIT PRICE 0001 Wound Care Pump Approximately 180 units per month EA/per day __________________ Option Year 4 August 15, 2024 through August 14, 2025 ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES UNITS UNIT PRICE 0001 Wound Care Pump Approximately 180 units per month EA/per day __________________ Statement of Work (SOW): Background. Wound Care Pumps are for patients that require long term wound care therapy to heal open wounds and lesions from surgery or other conditions. The services are for base year and four (4) option years. Scope. The Cleveland VAMC requires wound care pump rentals for all inpatient areas which include but are not limited to the following areas. Long-Term Care (CLC), Acute Inpatient, Med/Surg Inpatient, and Critical Care Inpatient (MICU/SICU/CICU). Based on past wound care pump rental contract it is estimated that the Cleveland VAMC will require an estimated 2,160 rentals days throughout the year or 9-12 patients per month. The contractor shall furnish all labor, materials, equipment and supervision when delivering and removing wound care vac rental equipment. Training by the vendor will be required for all staff on every shift. Specific Tasks/Rental Equipment Specifications. The new contract will be a Firm Fixed Price, Indefinite Delivery/Indefinite Quantity Contract with one (1) base year, plus (4) four option years, for a total of five years if applicable. Specifications. Shall measure pressure throughout the entire wound to be able to get the ordered negative pressure throughout entire wound and not just under the pad. Shall utilize disposable canisters that store drainage away from the wounds disposable containers. Shall utilize silver foam or silver lining dressing. Shall utilize hydrophilic foam dressing for tunnels and painful wounds that provides stretch and strain at the cellular level on wound bed to promote granulation. Pumps shall have capability to save data to the progress of wounds, including patient and staff user history, machine function and alarm history. Contractor shall provide 24-hour clinical support by phone. Contractor shall provide installation therapy along with Negative Pressure Wound Therapy (NPWT) where topicals and prescribed solutions including antibiotics can be instilled and irrigated directly into and away from the wound bed. The instillation can be programmed, similar to an IV pump and dosed at the bedside. Contractor shall provide products with the flexibility to make negative pressure from 50 to 200mmhg with foam dressing supplies. Access to consumables and available with online ordering services. Contractor shall leave two (2) wound care pumps available on-hand for emergencies. Contractor provides temporary surgical abdominal fascial closure system with negative pressure that includes a visceral protective layer. Contractor shall remove and clean all units. Contractor shall replace pump within 12 hours from contact by the user. Training/In-Service. Contractor shall provide education to staff on proper 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 equipment and removal of the equipment. 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. The service requires 2 units available and ready for use in case of emergency. Response time is four hours for a new wound care pump. Contractor shall replace 1 pump when 1 pump is taken. 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. Risk Control. The Contractor shall deliver sanitized equipment and supplies. The equipment that is returned to the Contractor shall be used or considered used. Nurse Support Service shall tag all used equipment as used and segregate from the clean equipment. The contractor shall remove equipment within two (2) days. Place of Performance. The Contractor shall deliver and pickup all equipment/supplies/materials as required from VAMC Cleveland Station 541, 10701 East Blvd., Cleveland, Ohio 44106. The contractor shall provide a delivery and pick-up ticket to track the delivery and pick-up dates. All tickets shall be forwarded to Logistics Service. The location of delivery/pick-up is Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland, OH 44106. Period of Performance. The performance period shall be one (1) base year, plus (4) four option years, for a total of five years if applicable. F.O.B. shall be destination Delivery Schedule. Deliveries. Routine deliveries shall be made within 24 hours to accommodate patients that require a wound care pump that are recovering from surgical procedures. Contractor shall provide services and support during weekends and holidays shall there be emergencies; deficiencies, malfunctions, or additional equipment required during OFF BUSINESS HOURS (regularly conducted Mon-Fri workdays). ii. Packaging, Packing and Shipping Instructions. Contractor is to deliver and pickup all equipment and supplies from Nurse Support Service, VAMC Cleveland, Mon-Fri business hours for routine services and support. Contractor shall provide services and support during weekends and holidays. Response time is next day service for support and same day service for emergencies. Nurse Support Service personnel contacts contractor placing an order for wound care pumps least one day in advance. iii. Regular Hours and Holidays. Regular business hours are Monday through Friday 8:00 am to 4:30 pm. 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. Applicable Provisions and Clauses: The following clauses apply to this acquisition: FAR Addendum to 52.212-4 Contract Terms and Conditions-Commercial; 52.216-18; 52.216-19; 52.216-22-fill in: the fourth option year; 52.217-6- fill in: 60 days; 52.217-8; 52.217-9-fill in: 60 days, 60 days, and 5 years and 6 months; 52.232.19-fill in: July 31, 2021 July 31, 2021; 52.237-3; 852.219-10; 852.232-72; 852.246-71; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ ; 52.203-16; 52.203-17; 52.204-4; 52.204-13; 52.204-18; 52.232-40 (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: Addendum to 52.212-1, Instructions to Offerors-Commercial; 52.209-5; 52.209-7; 52.216-1; 52.217-4; 52.217-5; 52.232-38; 52.233-2-fill in: same address for hand carried and mailing: Rachelle J. Hamer, Contracting Officer, NCO 10 Contracting, 6150 Oak Tree Blvd., Independence, OH 44131; 852.233-70; 852.233-71; 852.252-70; 852.270-1; 852.271-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ ; 52.204-7 (end of addendum 52.212-1) 52.212-2; 52.212-3. Offer Evaluation and Award: This is a competitive Request for Quotes (RFQ) that will be evaluated and awarded following the procedures in FAR Part 12 and 13 using price and other factors. The Government will issue/award a Firm-Fixed Price Purchase Order or delivery order or contract (as appropriate) to the responsible vendor/contractor/offeror whose quote/offer/proposal best conforms to the requirements within the solicitation and is considered to provide the best value to the Government. The Government reserves the right to select a response that provides benefit to the Government that exceeds the minimum but is not required to do so. In addition to a price comparison, the other following factors will be evaluated: Technical; Delivery; and Past Performance (CPARS) A Price Comparison will be completed. 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. In addition to providing a quote, please provide literature to be able determine the product meeting the requested specifications must be provided. 6. 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 7. 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. The vendor/contractor/offeror shall be an Original Equipment Manufacturer (OEM). If not the OEM, then an authorized OEM distributor, dealer, reseller letter for the proposed equipment/system, such that the provided OEM warranty and service are maintained and remain enforceable, must be provided with your response. 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. F.O.B. shall be destination. This requirement will be awarded on all-or-none basis. 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. Quotes are to be broken out to include line item pricing for each item, and installation including any premium time required. All Questions in response to the Solicitation are due no later than Friday July 17, 2020 at 11 AM EST. Questions shall be emailed to Rachelle.Hamer@va.gov on or before the date and time stated. Any Government responses, answers, and/or comments to all questions will be posted Tuesday July 21, 2020. Enter RFQ 36C25020Q0848 Wound Care Pumps Cleveland in the email subject line. Offerors shall submit the following technical capability information: Provide brochures and cut sheets of equipment, with details on specifications, for the equipment that will be provided to the facility. Provide a detailed written description of your ability to provide coverage throughout the area of responsibility. Describe your capability to meet time restraints for deliveries as stated under section J of the Statement of Work. Describe management methods to assure the provision of prompt and quality service for effective delivery, setup, and maintenance of equipment provided to the facility within the service response times contained in the contract. Describe your organizational structure and management practices relative to the requirements of this contract. List names and titles of management staff and assigned administrative representative. Identify each person's key administrative role as it relates to the performance of this contract. Provide a list of any licensed staff expected to participate in this contract and their credentials. Include any information concerning any potential subcontractors. Provide a summary of your emergency management plan. Describe your proposed transition plan that provides a detailed summary of how the transition period will be managed. The plan should cover both starting services under the proposed contract and ending services under the contract. Provide a detailed description and duties of the dedicated technician and/or training specialist. RESPONSES ARE DUE: Friday, July 24, 2020 at 11:00 AM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25020Q0848|Wound Care Pumps Cleveland in the email subject line.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/abe50bb88a3d4abd99e8017e108440bb/view)
- Place of Performance
- Address: Louis Stokes Cleveland VAMC 10701 East Blvd., Cleveland, OH 44106, USA
- Zip Code: 44106
- Country: USA
- Zip Code: 44106
- Record
- SN05713339-F 20200709/200707230151 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |