Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SOURCES SOUGHT

65 -- Ceiling Mounted Patient Lifts

Notice Date
7/17/2020 4:52:57 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25520Q0602
 
Response Due
7/24/2020 2:30:00 PM
 
Archive Date
09/22/2020
 
Point of Contact
Contract Specialist, Mickeya K. Linzie, Phone: (913) 946-1989
 
E-Mail Address
mickeya.linzie@va.gov
(mickeya.linzie@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any supplies and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in enough detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name; (b) address; (c) point of contact; (d) phone, fax, and email; (e) DUNS number; (f) Cage Code; (g) Tax ID Number; (h) Type of small business, e.g. Services Disabled Veteran Owned Small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and; (i) Must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. Statement of Requirement: The St. Louis VA Health Care System, John Cochran Division, 915 North Grand Blvd., St. Louis, MO 63106 and Jefferson Barracks Division, 1 Jefferson Barracks Dr., St. Louis, MO 63106 has a requirement for ceiling mounted patient lifts. Background: The St. Louis VA Health Care System is soliciting a contractor to furnish all design, site evaluation, labor, materials, and equipment to install permanent ceiling mounted patient lifts in existing facilities. Many hospital buildings were constructed in the early 1900-1950 s and have limited above ceiling clearance. Additionally, numerous utility systems occupy this space and must be considered when installing new equipment above the ceiling. It is strongly recommended that the ceiling lift contractor perform a thorough site evaluation prior to submitting a proposal. Scope of Work: The Contractor shall provide a technical and cost proposal for turn-key services to install ceiling mounted patient lifts in accordance with this scope of work. This cost proposal shall be for providing installation of all new and removal/de-installation of all lift system equipment including but not limited to; slings, lift devices, rails, support material, bracing and all other associated components required for complete, functional installation for lift systems in the following locations and must contain the following salient characteristics: John Cochran (JC) Division Ceiling Mounted Patient Lift Requirements 1. 1st floor Chronic Dialysis Room A163 (19'8"" x 19'8"" dimensions - one system) 2. 1st floor Chronic Dialysis Room/Stations 8-9, and Stations 5-6 (19'8"" x 19'8"" dimensions - one system) 3. 1st floor Emergency Room 110A (9'10"" x 9'10""dimensions - one system) 4. 1st floor Emergency Room 110B (9'10"" x 9'10""dimensions - one system) 5. 4 North Room A465 (9'10"" x 9'10""dimensions - one system) 6. 4 North Room A468 (9'10"" x 9'10""dimensions - one system) 7. 6th floor Acute Dialysis Room B606 (9'10"" x 9'10""dimensions - one system) 8. 6th floor Acute Dialysis Room B608 (9'10"" x 9'10""dimensions - one system) Note: All of the above areas require single motor ceiling lift systems in each location that must support up to a 770 pound lifting capacity with a continuous charge (with integrated hand control digital patient weight scale hand control digital scale) ceiling lift traverse rail (X-Y room covering) system. 9. 3rd floor Physical Therapy (PT) Room A346 (up to 6m x 6m in size - two systems total in this one location). Requires two ceiling lift systems that must be able to each deliver up to a maximum 605 pound lifting capacity per system and be able to dynamically unload up to 100kg of patient body weight in an active manner/mode in which the caregiver is able to initiate, monitor, and control the trainer module on the integrated hand control. This module must be able to be turned on and off by the caregiver on the integrated hand control and display total patient weight level relieved and training time duration. These two PT X-Y trainer systems must also include two locking traverse/motor (positioning locks) power locks per system that are activated/deactivated by separate infrared remote control (four total) which have the capacity to lock the ceiling lift motor and traverse rail independently or separately. Jefferson Barracks (JB) Division Ceiling Mounted Patient Lift Requirements 1. Building 23 Prosthetics Amputee Clinic Room 107 (up to 6m x 6m dimensions - one system). Requires a single motor ceiling lift system that must support up to a 770 pound lifting capacity with a continuous charge (with integrated hand control digital scale) ceiling lift traverse rail (X-Y room covering) system and must also include two locking traverse/motor (positioning locks) power locks that are activated/deactivated by separate infrared remote control which have the capacity to lock the ceiling lift motor and traverse rail independently or separately. 2. JB Building 23 Prosthetics Exam Room 105 (up to 4 x 4m dimensions - one system). Requires a single motor ceiling lift system that must support up to a 770 pound lifting capacity with a continuous charge (with integrated hand control digital scale) ceiling lift traverse rail (X-Y room covering) system. 3. JB Building 53N2 PT Gym A346 (up to 5m x 5m in size - one system). Requires one new ceiling lift system that must be able to each deliver up to a maximum 605 pound lifting capacity and be able to dynamically unload up to 100kg of patient body weight in an active manner/mode in which the caregiver is able to initiate, monitor, and control the trainer module on the integrated hand control. This module must be able to be turned on and off by the caregiver on the integrated hand control and display total patient weight level relieved and training time duration. This PT X-Y trainer systems must also include two locking traverse/motor (positioning locks) power locks per system that are activated/deactivated by separate infrared remote control (two total) which have the capacity to lock the ceiling lift motor and traverse rail independently or separately. 4. JB Building 53N2 PT Area Room A360 (single motor replacement/upgrade). Requires a single new ceiling lift motor that must be able to each deliver up to a maximum 605 pound lifting capacity per system and able to dynamically unload up to 100kg of patient body weight in an active manner/mode in which the caregiver is able to initiate, monitor, and control the trainer module on the integrated hand control. This module must be able to be turned on and off by the caregiver on the integrated hand control and display total patient weight level relieved and training time duration. This PT X-Y trainer system must also include two locking traverse/motor (positioning locks) power locks that are activated/deactivated by separate infrared remote control which have the capacity to lock the ceiling lift motor and traverse rail independently or separately. 5. JB Building 52 SCI 52N2 PT Gym (three single motor replacements/upgrades). Requires replacement-upgrade of three existing ceiling motors and adds positioning locks that must be able to each deliver up to a maximum 605 pound lifting capacity per system and able to dynamically unload up to 100kg of patient body weight in an active manner/mode in which the caregiver is able to initiate, monitor, and control the trainer module on the integrated hand control. This module must be able to be turned on and off by the caregiver on the integrated hand control and display total patient weight level relieved and training time duration. This PT X-Y trainer system must also include two locking mechanisms per ceiling lift per system (six total) that are activated/deactivated by separate infrared remote control that are activated/deactivated by separate infrared remote control which have the capacity to lock the ceiling lift motor and traverse rail independently or separately. Note: This proposal is also a request for the vendor to provide a buy-back proposal for any old systems or motor upgrades that are removed/exchanged. This proposal shall also be for installation of the lift systems including but not limited to any required plans, engineering details and documents, tools, labor, testing, training, cleaning supplies, containment systems, etc. The rail systems must be designed, constructed, and installed in an X-Y (room-covering) design; in such a manner as to allow for maximum utilization of patient room space. Operation of the system must be smooth with no fast or jerky starts and stops. Operation of the system must allow for adequate lifting height allowing for transfer of patient from bed. Track systems shall be self-supporting either from the ceiling or from a post mounted system as required due to existing conditions. Existing hangers, Unistrut, or other support components shall not be utilized to support the lift tracks. No existing utility systems or supports shall be used for support or for bracing of the lift system. All new supports must be connected directly to building structural components. Technical Requirements: 1) Contractor shall provide a plan for each room detailing location of lift rails, support structure above, and means of attachment. No contractor/manufacturer representative will utilize existing manufacturer rail for installation of their motors if not installing the same manufacturer make and model of ceiling lift. 2) The lift systems must meet or exceed seismic bracing requirements as outlined in the VA Seismic Guidelines (H18-8). A written report certifying compliance with this standard shall be provided to the facility for each lift installation. 3) Door frames are not to be cut or modified. If contractor proposes to cut or modify an existing door frame, documentation supporting this practice and providing modification procedures must be provided and certified by a licensed structural engineer and accepted by the VA. 4) All lifts shall be weight tested prior to acceptance. Test weight shall be 150% of rated capacity and shall be applied to all points of suspension and traverse rail. Prior to testing, contractor shall submit rail deflection testing standards to the VA. Testing shall be observed by the VA COTR and a written report shall be provided following each test. The report shall include deflection measurements taken at locations of maximum deflection during the weight test. All deflection points shall be within defined code limitations. For patient safety purposes, Ceiling Lift certified contractor will not perform any work/preventive maintenance inspections in an area/room occupied by a patient. Unless otherwise approved by contract COR (or designee), Ceiling Lift certified contractor will be required to perform all work during the hospital normal business hours (M-F 8:00 AM 4:30 PM) excluding federal holidays. Contractor will provide all travel, labor, parts, test equipment (to include weight set), tools, and incidentals necessary to perform all required inspection services. Any overtime needed that would cause an increasing in invoicing must receive prior approval by the VISN Contracting Officer, through the COR (or designee). All services for this contract must meet manufacturer's performance and technical specifications, Federal Regulations, and other specifications that may apply such as National Electric Code (NEC), Life Safety Code (LSC), Joint Commission (JC), and VA Regulations. There is a potential for exposure to blood borne or other infectious material with equipment throughout the hospital. All contractor maintenance persons must use the Universal Precautions during cleaning and maintenance/repair procedures required by this service request. Contractor will be responsible for providing their own Personal Protective Equipment as applicable. A Ceiling Lift certified contractor must annotate all aspects of annual inspection performed on the Ceiling Lift annual inspection checklist to include: date and time of completed preventive maintenance; type, model, and serial number of the lifting system on which preventive maintenance was performed, maintenance performed and all repairs and/or repair parts (if applicable) used to maintain operating efficiency per manufacture specifications of the equipment. The Ceiling Lift contractor will also complete checklists for Installation or Relocation Checklist for Ceiling Mounted Patient Lifts and/or Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts as outlined in VACO Patient Safety Alert AL14-07PSA. The applicable checklist must be completed and signed by the inspector/technician, the facility representative, and the unit manager where the work is done. The annual inspection checklist along with the VA inspection checklists (as applicable) shall be sent to the applicable facility POC (BMET, Facilities, or SPHM Facility Coordinator). 5) Final equipment certification shall be provided in writing prior to acceptance by the VA. 6) Any lift installation that modifies the function of a room s privacy curtains shall be addressed by lift installer. The mitigation plan must be submitted to and approved by the VA. 7) Lift installation shall include dust containment during installation. All rooms shall be returned to the VA in their original condition. Any damage inflicted shall be corrected by the contractor. Contractor shall provide tacky mats at each entrance to the area where work is being done. Upon completion of installation all surfaces shall be vacuumed and/or wet wiped to remove dust/debris. Ceiling Lift certified contractor will be required to perform a complete and comprehensive Preventive Maintenance Inspection on any/all patient overhead lifting systems in the VASTLHCS that will meet and comply with original equipment manufacturer certification specifications and also include deflection testing as required in Veterans Affairs Central Office (VACO) Patient Safety Alert AL14-07PSA Checklists for Installation or Relocation Checklist for Ceiling Mounted Patient Lifts and/or Corrective and Preventive Maintenance Checklist for Ceiling Mounted Patient Lifts. Contractor shall provide the following to be considered for award: 1) Disclosure of all Tort claims against vendor either pending or resolved regarding proposed system. 2) Education/Training Plan by vendor on use of all equipment, after installation completion, with specific timelines -- all shifts, all areas and possibly refresher courses. Include training plan for Bio-Medical staff which details any annual weight testing/inspection requirements required system warranty/certification 3) Standardization of location of charging units in identified rooms. 4) Written plan for installation of track lift system as applicable including mechanical anchor designs. 5) Written plan for modifying existing structural, mechanical, electrical and other infrastructure systems if necessary. 6) Provide drawings to show how rail system will be anchored to the structural concrete. 7) Provide a specific timeline for installation. 8) Provide an installation Infection Control Plan that meets the facility s infection control risk assessment requirements. 9) Provide an Installation Plan including phasing and indicating time per unit with minimum interference with patient care. Example: installed on days when patient population is down, possibly weekend or Monday and Friday. The least amount of disruption to patient s comfort and care is expected. 10) A two year warranty on equipment and five year warranty on installation shall be provided to each facility. 11) Specify all previous work done by vendor in VASTLHCS and VISN 15. Is it complete, including all training? 12) Provide Plan of Equipment Certification after install. 13) Provide Plan reflecting availability of vendor for follow-up, to include but not limited to: repairs, adjustment, sling replacement after installation is complete; and address after hours and weekend response during warranty period. 14) Initial set up must include expendable accessories, such as slings. Provide one non-disposable, or two disposable, slings per lift, as per facility specifications. 15) Shall submit enough product information to allow the Government to evaluate the product(s) being offered. 16) Equipment installed shall be subject to the following Specs: Available as UL listed full-system installations (UL 60601-1) Up to 26 span for unspliced rail 23 4 traverse rail span capability at 550 lbs. 20 traverse rail span capability at 1,000 lbs. Supplier system engineered lateral bracing brackets (Not aftermarket) Optional InfraRed remote control of lift available Optional InfraRed remote control of lateral movement for motor and traverse rail O.S.H.P.D. (California seismic resistance) approved system installations available Rust/stain-resistant, single-bar-design hangar bar with integrated bearing-swivel and closed-cell handgrip; available in multiple sizes 100% motor testing before shipment In-field-serviceable software-based controller boards Anodized aluminum rail finish to prevent flaking, chipping, fading, or peeling Over-speed safety governor on motor Soft start/stop control Visual low battery indicator Battery charger is splash proof and double insulated, provides continuous charge at all times, in any location within overhead rail system Sound level of lifting motor to be less than or equal to 52dB(A) Emergency switch to offer disengagement then emergency lower at controlled speed All installations are completed by Factory Certified, US installers. Available UL certification of entire installation; as opposed to UL listing on the transformer only Provision of system approval on room covering according to ISO EN 60601-1 Medical Equipment Provision of system approval on room covering according to ISO EN 10535 Safe Patient Handling Equipment Installation hardware meets IBC 2006 (International Building Code) standards Payment will be made monthly in arrears upon receipt of a properly prepared invoice, referencing all lifting systems that received the Required Services the contract number and assigned purchase order number. Personnel Qualifications Contractor personnel performing preventive maintenance inspections and repair services must be fully qualified as per the original manufacture technical certification requirements. Listing of equipment to be covered under the Required Services as stated in paragraph1 above. This will be awarded based on the best value to the Government. The best value analysis will be an analysis based on the above required information. A site visit is required to be considered for award. To schedule a site visit, please contact the appropriate VASTLHCS SPHM Facility Coordinator/Project Engineer/BMET office. The North American Industry Classification System Code (NAICS Code) is 339113 (Surgical Appliance and Supplies Manufacturing), size standard 750 employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a small business, VOSB or SDVOSB. Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open decision will be made. Any response to this source selection from interested parties must be received NLT 7/24/2020 by 4:30pm CST. Attention: Mickeya K. Linzie, Contract Specialist Email: mickeya.linzie@va.gov Phone: (913) 946-1989 Fax: (913) 946-1996
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8d52d6be2f574b4bb87cefac10fd4f29/view)
 
Place of Performance
Address: St. Louis VA Health Care System John Cochran & Jefferson Barracks Divisions 915 N Grand Blvd., St. Louis 63106, USA
Zip Code: 63106
Country: USA
 
Record
SN05725470-F 20200719/200717230142 (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 |
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.