SOLICITATION NOTICE
65 -- Purell Smartlink
- Notice Date
- 8/5/2020 7:07:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325611
— Soap and Other Detergent Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25020Q0993
- Response Due
- 8/10/2020 1:00:00 PM
- Archive Date
- 09/09/2020
- Point of Contact
- John Tschirhart, Contract Specialist, Phone: 937-267-3952
- E-Mail Address
-
john.tschirhart@va.gov
(john.tschirhart@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 36C25020Q0993 Posted Date: 08/05/2020 Original Response Date: 08/10/2020 Current Response Date: 08/10/2020 Product or Service Code: 6530, Hospital Furniture, Equipment, Utensils, and Supplies Set Aside: Total Small Business Set Aside NAICS Code: 325611, Soap and Other Detergent Manufacturing Contracting Office Address Department of Veterans Affairs, Network Contracting Office (NCO) 10, Regional Procurement Office (RPO) Central, 3140 Governor s Place Blvd, Suite 210, Kettering, OH 45409 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; proposals 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 2020-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 325611, Soap and Other Detergent Manufacturing with a small business size standard of 1000 employees. This is a 100% Small Business (SB) set-aside procurement. All interested companies shall provide quotes for the following: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 195.00 EA Hardware/Installation Package One-time charge per room, due with initial annual Program Agreement and according to phase implementation plan: Includes: Hardware & Installation Dedicated Project Manager Qualified On-site Installation Team System Validation & Approval Staff education in-servicing & Software training (includes 24 hrs. CBS) Network Gateways (1/unit) Network Repeaters (4/unit) Activity Counters (1/room) Electronic Communication Modules with Touch Free Dispensers (up to 3/room) LOCAL STOCK NUMBER: S-l Hardware 0002 195.00 EA Annual Software Program Agreement Annual billing per room due with initial annual Program Agreement and according to phase implementation plan: Includes: Web-based Software Access 24 x 7 reporting Unlimited users & access General user support Data export functionality Slide-show feature to support real-time feedback Off-line network notifications LOCAL STOCK NUMBER: S-L-AMS 0003 195.00 EA AMS Maintenance Plans (Annual billing per room) AP-Enhanced - Replacement Parts Supply Program, plus Remote System Monitoring Also includes (1) on-site annual system health assessment by qualified GOJO representative LOCAL STOCK NUMBER: SP-Enhanced 0004 1.00 EA Clinician - Based Support (Hours billing based on approved statement of work) Hours will be purchased on an as needed basis at the specified price of $135 per hour On-site activities to include: Data performance analysis review over previous quarter Intervention assessment and best practices review Just-in-time coaching staff engagement Refresher train-the-trainer session on platform/software Quarterly report to be provided Services provided according to the Guideline for Delivery of CBS Services LOCAL STOCK NUMBER: CBS-AMS 0005 585.00 EA Service Alerts Annual Software Program Agreement (Annual Billing per Dispenser) Includes: Software Access & Reporting 24 x 7 reporting Unlimited users & access General user support LOCAL STOCK NUMBER: S-L-SA Program The items listed above will be a base year with four (4) option years IDIQ contract. STATEMENT OF WORK GOJO/PURELL Hand Hygiene Activity Monitoring System (AMS) Background This equipment will allow for accurate monitoring of hand hygiene in multiple areas. Use of self-reporting is not felt to be accurate. This is also a requirement for TJC (The Joint Commission). A study by the Centers for Disease Control and Prevention (CDC), common nosocomial, or hospital-acquired infections can cause about 99,000 deaths per year in the US. Hospitals worldwide are required to measure hand washing of staff members to ensure that the organization are meeting health standards and complying with regulations aimed at reducing hospital acquired infections-where even small improvements can save lives and money. The hand hygiene monitoring system replaces the need for manual observation without changing or disrupting our staff s normal workflow. This real-time observation will allow us to have more accurate data, giving us the ability to focus on providing staff Infection Control support and education as necessary to improve hand hygiene compliance for the sake of patient safety. The device records each time a product dispenser is accessed (hand hygiene event) , and entry or exit of a patient s room (opportunities) and as a result it provides accurate real-time information about hand hygiene frequency rates than measuring the number of liters or grams or product used or manual observation, each of which require numerous manhours and manpower to complete. By choosing this product we do not have to consider changing hand hygiene products to accommodate technology as with other vendors. Our current hand hygiene product line was selected after testing with employees and has been well received by employees and environmental services staff. Without this system, we are unable to meet (TJC) NPSG 07.01.01, which states that the institution must be able to demonstrate that it uses the results of data analysis to identify opportunities to resolve hand hygiene compliance issues . With this device we will be able to assess our needs for hand hygiene education and improvement programs to prevent healthcare-associated infections, also a TJC requirement that is part of NPSG 07.01.01, and as per CDC evidence-based guidelines. This evidence-based, field-tested, user-centered approach is designed to be easy to learn, logical and applicable in a wide range of settings. This approach recommends health-care workers to clean their hands before touching a patient, before touching a patient s immediate environment, after body fluid exposure/risk, after touching a patient, and after touching a patient s immediate environment. Scope Install the hand hygiene activity monitoring system (AMS) to 195 acute care inpatient rooms to include Patient Tower B-330: ICU-13, SAM-24, MED1-24, Heroes Point-23, and Soaring Eagles-22 = 106 rooms. Building 320: Kennedy Way-23, Lincoln Estates-22, Victory Ridge-22, and Patton s Place-22 = 89 rooms. Total 195 rooms. The contractor will work with infection prevention staff, for providing staff education of the system and to assist infection prevention and facility leadership on how to obtain reports necessary to meet both TJC requirements as per CDC recommendations. The reports include hand hygiene compliance data per unit/ward, either monthly, quarterly or annually data, and operates in real-time. Technical Requirements The monitoring system must be able to function with our current hand hygiene products. The hand hygiene system must be anonymous (not a staff tracking tool) and not require use of a RFID badge system for employees. System must transmit actual hand hygiene usage events and opportunities. System must be able to record both compliance and non-compliance. System must use electronic mechanism to record events and be able to provide documentation through a web-based system as per MOU/ISA. System must be able to provide reports automatically 24/7/365. System must compare total dispenser events and potential wash-in/wash-out opportunities. Enterprise Management Controls. Continuous Monitoring of the hand hygiene monitoring devices. The contractor will work with IT, infection prevention, EMS, and facility leadership to ensure proper functioning of the installed equipment and the quality, accuracy and availability of the reports identifying the rate of compliance with the hand hygiene system. Deliverables: Rotators, room devices, hand hygiene stations and the reports. Security Requirements The C&A requirements do not apply, and a Security Accreditation Package is not required. There is no interfacing with any patient sensitive information. This product does not identify any individual that enters or exits the room. This product only counts the number of individuals entering or leaving the room, whether the induvial accessed the hand hygiene station. There are no specific badges necessary for the collection of hand hygiene performance as with other products requiring RFID badges. Other Pertinent Information or Special Consideration. Contractor shall ship the required equipment to the following address: Dayton VA Medical Center Warehouse Receiving B-126 4100 W. Third St Dayton, Ohio 45428 Contractor Responsibilities Citations to pertinent laws, codes and regulations such as 44 U.S.C. chapters 21, 29, 31, and 33; Freedom of Information Act (FOIA) (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 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. 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. 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 (FOIA). Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. 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. Contract must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all record created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer s approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and /or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. Place of Performance Dayton VA Medical Center 4100 W. Third St Dayton, OH 45428 Building 330 Inpatient Wards Building 320 Inpatient Wards Place of Performance The Contractor shall deliver the quoted items, FOB Destination. Delivery shall be to the Dayton VA Medical Center (VAMC), 4100 West Third Street, Dayton, OH, 45428-9000. Award shall be made to the contractor whose quote is the most advantageous to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria in no particular order: technical capability factor meeting or exceeding the requirement, past performance, and price. FAR 52.212-1, Instructions to Offerors--Commercial Items (Jun 2020), applies to this solicitation. No addenda are attached. FAR 52.212-2, Evaluation Commercial Items (Oct 2014) as amended. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the Lowest Priced Technically Acceptable offer. Evaluations will be conducted under FAR Part 13.106-1(e) and any subsequent award will be made to the offeror that provides the Lowest Price Technically Acceptable to the Government. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), applies to this solicitation. There are no addenda attached to this clause. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jul 2020), applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.217-3, Evaluation Exclusive of Options FAR 52.217-4, Evaluations of Options Exercised at Time of Contract Award FAR 52.217-5, Evaluation of Options FAR 52.217-6, Option for Increased Quantity FAR 52.217-8, Option to Extend Services FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.219-6, Notice of Total Small Business Aside FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-41, Service Contract Act Other VA Acquisition Regulation Provisions and Clauses VAAR 852.203-70, Commercial Advertising VAAR 852.232-72, Electronic Submission of Payment Requests VAAR 852.246-71, Rejected Goods The full text of provisions or clauses may be accessed electronically at this/these address(es): http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp This is an open-market combined synopsis/solicitation. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition. OR The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: (Contractor shall list exception(s) and rationale for the exception(s)). Interested vendors are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System for Award Management (SAM) database prior to award of a contract. Registration is available at www.sam.gov. Quotes shall be sent by e-mail only to john.tschirhart@va.gov no later than 4:00 pm ET, Monday, August 10, 2020 Telephone inquiries will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contracting officer, John Tschirhart, john.tschirhart@va.gov Point of Contact John Tschirhart Contract Specialist Network Contract Office (NCO) 10 Office: 937-267-3952 Email: john.tschirhart@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a01bf74a983c4a3cbbf6b077e7bd8c00/view)
- Place of Performance
- Address: Department of Veterans Affairs Dayton VA Medical Center 4100 West Third Street, Dayton, OH 45428, USA
- Zip Code: 45428
- Country: USA
- Zip Code: 45428
- Record
- SN05746764-F 20200807/200805230200 (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 |