Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 17, 2023 SAM #7752
SOURCES SOUGHT

W -- Specialty Mattresses, Acute Care Beds, Frames, Accessories Rental

Notice Date
2/15/2023 4:00:42 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0223
 
Response Due
2/24/2023 5:00:00 PM
 
Archive Date
03/26/2023
 
Point of Contact
Dane Gift, Contracting Specialist, Phone: (360) 816-2762
 
E-Mail Address
dane.gift@va.gov
(dane.gift@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of qualified sources to perform the potential requirement. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work. The responses received from interested contractors will assist the Government in determining set-aside and the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, on behalf of the Portland VA Medical Center (VAMC), is conducting market research to identify potential contractor sources that are able place orders to provide temporary rental specialty mattresses, acute care beds and equipment. Required Specialty Mattresses, Acute Care Beds and Equipment Manufacturers for the Portland VAMC for inpatient long-term and short-term use. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to Dane.Gift@VA.Gov no later than the date noted in the RFI below. Responses should include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Statement of Work to include: References for similar commodities currently being provided or previously provided at the required service levels as outlined in the Statement of Work Capability Statement Capability to provide required supplies at VISN 20 in accordance with the Statement of Work Any response to this notice must show clear and convincing evidence of the Vendor s capability of meeting this requirement as found above (1-3). NAICS Code 339113 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. Required Specialty Mattresses, Acute Care Beds and Equipment Manufacturers: The Contractor shall be able to accept orders for the full line of patient beds, mattresses, and ancillary items manufactured by the following manufactures: Agiliti Arjo Hill-Rom Joerns Sizewise Stryker Requirements: The contractor shall be able to place orders to furnish all labor and supplies for delivery, set-up and removal of specialty beds and mattresses. The contractor shall provide a list of all products to be provided under this agreement. Specialty mattresses, beds, ancillary items and rental equipment shall include, but not be limited, to the following: Alternating Pressure Mattress Bariatric Low Air Mattress Low Air Loss Mattress Non-Powered Mattress Respiratory/Pulmonary Mattress Wound Care Mattress Acute Care Bed Air-Fluidized Therapy Bed Bariatric Bed Behavioral Health Bed Critical/Intensive Care Bed Fall Prevention Bed Hospital Bed Med/Surg Bed Therapy Bed Bariatric Bedside Commode Bariatric Stretcher Chair Electric Stretchers All beds, frames and accessories shall meet the following requirements and salient characteristics: The Occupational Safety and Health Administration requires a UL listing/certification mark of UL 60601- 1, IEC 60601-2-38 or (UL544 for older beds) be located on the bed. A bed with mark must be tested by an independent OSHA recognized testing laboratory such as UL, CSA, ETL. The UL 60601-1 and IEC 60601-2-38 are also the FDA s current recognized consensus standard for hospital beds. A bed that receives the UL 60601-1 / IEC 60601-2-38 means that it has been tested to meet manufacturer claims of weight capacity, environmental hazard safety and fire hazard safety. Beds must now also meet national safety standards regarding interface of both patient and caregiver, with particular attention to FDA side rail and entrapment issues. Extensive electrical tests of the electric motor drive including current leakage, electric shock, duty cycle and heat rise under load, must be done with the motors in the bed. A label with IEC-60601-2-38 from a National Recognized Testing Laboratory (NRTL) must be on the bed. Bed Frame & Accessories Bed frame must have a Safe Working Load of at least 500 lbs (must be clearly labeled on the frame). Frame will extend from 80 to 90 in length, with mattress side stops to easily accommodate a wide range of taller patients. Bed must meet FDA Entrapment Guidelines for all 7 zones. Head and Footboards must be able to be removed without tools in the event of an emergency CODE situation. Emergency CPR quick release mechanism for back section during emergency situations is required. Bed needs to be able to roll at any height. Central braking or caster locking system that can be accessed from the foot end of the bed. Bed must be able to go to Comfort chair/Cardiac Chair position with one button control in hand pendant or at Staff Control at the footboard.  Movements to include Trendelenburg/Reverse Trendelenburg, Maximum lowest height commercially available from surface platform to floor to reduce patient injury intensity. Minimum highest height up to 30 -  35 from surface platform to floor Under bed clearance of approximately 23 ¾ to accommodate existing Surgical Lifts, Floor Lifts, and clearance for wheelchair leg support brackets.  Frame shall have transition (creep) of 1 or less when raising and lowering the bed, to prevent cord or staff feet from being pinched. Bed frame must meet IEC 60601-2-38 (LABEL FIXED TO FRAME) Hand pendant must be able to attach at either side of bed and staff controls at the footboard.  Back lighted pendant is desirable. Two or more IV rod sockets at the head is desirable Bed may be equipped with one-half, one-quarter, or one-eighth length side assists (side rails) with (non-slip grips for safety.)  Rails must meet all FDA entrapment recommendations, with special emphasis on recommendation 1-4. Lowered side rail must maintain a safe floor gap to avoid personnel foot injury. Bed articulation must configure with most commercially (rental) available special surfaces to be a matching therapy system to reduce shear and pressure forces to the patient: Pneumatic tilt LAL (low air loss) Alternating pressure mattresses Rotating Low noise systems with heat dissipation Ability to attach a trapeze system Bed exit alarm systems are desirable and must be compatible with our current nurse call systems . Bed motors must be quiet in operation Bed Controls Bed is to have separate staff controls on footboard Staff control must have illuminated buttons and upward angle for ease of use. Hand pendant is also to be illuminated for ease of use. Under bed light is required to help reduce patient falls AC receptacles are highly desired at the end of the bed to plug in accessories (will prevent falls ) Service Requirements Bed Frame Company is to provide 24/7 Service 365 days a year. All requests for Bed Frame service are to have a maximum 2-4 hour field response to the facility. Bed Frame company is to provide a loaner product if a particular frame is to be down for more than 2-3 Hours within the Warranty time.  The loaner frame provided must be equal or greater than the above specifications to the purchased frame. Bed Frame company must have the ability to provide 24/7- 365 day year rental for the above specified frame when the warranty ends or if additional bed frames are needed. Bed Frame Company shall have the ability to provide the specified bed frame for rental under GSA or FSS contract. Bed cleaning: For low level disinfecting, surfaces should be able to be cleaned with house disinfectants. Old bed recycling: Company is responsible for the removal and/or recycle of the old existing beds frames, at a rate equal to the amount of beds purchased, at no additional cost to the facility.  The company will, in good faith, make an honest effort to donate these frames to charity. Additionally, the mattress needs to provide pressure relief, moisture control, and able to manage up to a stage 4 pressure ulcer. The contractor shall be responsible for the performance and maintenance of the specialty beds rented to the facility. If a specialty bed is deemed unserviceable, the contractor shall repair and/or replace the unserviceable bed within twenty-four (24) hours of notification by the facility. Please note, responses will be shared within the Government and project team, but otherwise will be held in strict confidence. Interested firms shall respond to this synopsis no later than 5:00 PM Pacific Time on 24 February 2023. All responses shall be submitted electronically to dane.gift@va.gov. 1. Offeror s name, address, point of contact, phone number, and e-mail address. 2. Business type, size, and company's DUNS number. 3. If you have a current GSA contract, please provide the contract number. 4. Brief capabilities statement The capabilities statement for these sources sought is not a Request for Proposal (RFP), Quote (RFQ) or Invitation for Bid (IFB), nor does it restrict the Government to an ultimate acquisition approach.  Responses received will assist the Government in determining the appropriate acquisition strategy. The Government may or may not issue a solicitation as a result of this notice. No telephone inquiries will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0afd6cb3218a4ebfa652bcc425fd212d/view)
 
Place of Performance
Address: Department of Veterans Affairs NCO 20 Portland VA Medical Center See Attached SOW
 
Record
SN06593039-F 20230217/230215230119 (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.