SOURCES SOUGHT
65 -- Ceiling Lifts
- Notice Date
- 5/24/2023 12:48:33 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24523Q0680
- Response Due
- 6/9/2023 9:00:00 AM
- Archive Date
- 06/24/2023
- Point of Contact
- Ryan Singletary, Contracting Officer, Phone: 202-745-8000
- E-Mail Address
-
ryan.singletary@va.gov
(ryan.singletary@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Ceiling Lifts for an existing system for the VAMHCS - 10 N Greene Street, Baltimore, MD 21201. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 375.00 EA __________________ __________________ Overhead Ceiling Lift - Motor Upgrade (Normal) - Includes A625 motor (324203), trolley with omni charge (440542) and carry bar (360935) LOCAL STOCK NUMBER: A625 0002 20.00 EA __________________ __________________ Overhead Ceiling Lift - Motor Upgrade (Bariatric) - Includes C1000 motor (329101), 2 point carry bar (360771) and XY gantry system trolley (363920JC) LOCAL STOCK NUMBER: C1000 0003 5.00 EA __________________ __________________ Loch Raven Hospice Ward Patient Room Type A Installation - To include A625 motor(324203) and all other excessories for installation 0004 7.00 EA __________________ __________________ Loch Raven Hospice Ward Patient Room Type B Installation - To include A625 motor(324203) and all other excessories for installation 0005 2.00 EA __________________ __________________ Stamped Structural Calculations and Drawings 0006 2.00 EA __________________ __________________ Loch Raven Hospice Ward Patient Room Bariatric Installation - To include C1000 motor(329101) and all other excessories for installation 0007 1.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type A Installation - To include A625 motor(324203) and all other excessories for installation 0008 1.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type B Installation - To include A625 motor(324203) and all other excessories for installation 0009 2.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type C Installation - To include A625 motor(324203) and all other excessories for installation 0010 2.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type D Installation - To include A625 motor(324203) and all other excessories for installation 0011 1.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type E Bariatric Installation - To include C1000 motor(329101) and all other excessories for installation 0012 1.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type F Installation - To include A625 motor(324203) and all other excessories for installation 0013 1.00 EA __________________ __________________ Loch Raven COVID Ward Patient Room Type G Bariatric Installation - To include C1000 motor(329101) and all other excessories for installation 0014 18.00 EA __________________ __________________ Baltimore Patient Room Type A Installation - Includes only excessories for lift installation Statement of Work Ceiling Lift Procurement VA Maryland Health Care System PURPOSE: The overall purpose of this requirement is to procure a replacement overhead ceiling lifts to be installed within the VA Maryland Health Care System (VAMHCS) at the Baltimore, Perry Point, and Loch Raven locations. The requirement will account for the procurement of all required training, installation, validation, and hardware. Background: The procurement will consist of all new ceiling lifts (A625 and C1000) to be installed in existing patient rooms as well as the installation of structural rails and support in 43 new locations throughout the VAMHCS. With this procurement the VAMHCS is looking to achieve the following goals: Replace our aging ceiling lifts with newer, safer technology Provide ceiling lifts in 43 new locations Increase patient and staff satisfaction SCOPE: The contractor shall deliver and install the equipment with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The installation and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the ceiling lifts to be successfully installed and validated to their full potential. The contractor is responsible for providing a completed copy of the VA Installation or Relocation Checklist for Ceiling Mounted Patient Lifts (Attached). The contractor will complete installation of new structural support and rails in the following locations: Campus Room Lift Type Baltimore 2D-139 A625 Baltimore 5A-150 A625 Baltimore 5A-160 A625 Baltimore 5A-169 A625 Baltimore 5C-157 A625 Baltimore 5C-156 A625 Baltimore SDSU Bay 6/7 A625 Baltimore SDSU Bay 10 C1000 Baltimore 3A-138 A625 Baltimore 3A-152 A625 Baltimore 3B-162 A625 Baltimore 3B-170 A625 Baltimore 3B-171 A625 Baltimore 3B-176 A625 Baltimore 3B-162 (Bathroom) A625 Baltimore 4A-123 A625 Baltimore 4A-124 A625 Baltimore 6A-1 A625 Baltimore 6A-2 A625 Loch Raven - Isolation Ward 2B-24 A625 Loch Raven - Isolation Ward 2B-25 A625 Loch Raven - Isolation Ward 2B-26 A625 Loch Raven - Isolation Ward 2B-35 A625 Loch Raven - Isolation Ward 2B27 A625 Loch Raven - Isolation Ward 2B-33 A625 Loch Raven - Isolation Ward 2B-30 C1000 Loch Raven - Isolation Ward 2B-31 A625 Loch Raven - Isolation Ward 2B-32 C1000 Loch Raven - Hospice 223 A625 Loch Raven - Hospice 224 A625 Loch Raven - Hospice 227 A625 Loch Raven - Hospice 229 A625 Loch Raven - Hospice 230 A625 Loch Raven - Hospice 251 A625 Loch Raven - Hospice 252 A625 Loch Raven - Hospice 253 A625 Loch Raven - Hospice 255 A625 Loch Raven - Hospice 256 A625 Loch Raven - Hospice 257 A625 Loch Raven - Hospice 258 A625 Loch Raven - Hospice 239 C1000 Loch Raven - Hospice 240 C1000 SALIENT CHARACTERISTICS: Please see attached. IMPLMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Project planning, engineering and management Travel cost and time Ceiling lift installation and certification Inspection of existing rails and correction of any deficiencies Biomedical Engineering and Clinical End User training Provide structural calculations and drawings as required Contractor must follow all VA Infection Control Risk Assessment (ICRA) protocols. This will include but will not be limited to: HEPA filters, HVAC isolation, block off/seal air vents, and sticky mats at the entrance of work site Specific requirements to be determined post-award. Contractor is responsible for all incidental drywall repairs, repainting of walls that is required to install structural supports DELIVERY Contractor shall deliver all equipment to the Baltimore VAMC, Loch Raven VAMC and Perry Point VAMC as needed. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. Delivery and installation shall be completed between 8:00 a.m. and 3:30 p.m. Monday Friday unless mutually agreed upon. All federal holidays are excluded. SITE CONDITIONS There shall be no smoking on hospital property. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. DELIVERY/STORAGE REQUIREMENTS Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. Package to prevent damage or deterioration during shipment, handling, storage, and installation. Maintain protective covering in place and in good repair until removal is necessary. Store products in dry condition inside enclosed facilities. Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. Delivery will be coordinated through the COR. PROTECTION OF PROPERTY Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY The contractor shall provide a manufacturer s warranty on all parts and labor for 1 year at no additional cost. The warranty shall include all travel and shipping costs associated with any warranty repair. Salient Characteristics/Technical Specifications A-625 Fixed Ceiling Lift Manual Traverse Lift Motor: 24 Volt Lift Capacity 625 lbs Unit weight should be no more than 25 pounds Must include emergency stop function Must include emergency lowering capability Must include manual lowering capability Hand control needs to be pneumatic Must be able to tilt a maximum of 15 degrees to assist in patient moves Must attach to existing Handicare structural rails Must not void lifetime warranty of existing Handicare structural rials Must meet following standards: IEC 60601-1:2005/A1:2012 IEC 60601-1-6:2010/A1:2013 IEC 60601-1-11:2015 IEC 62366:2007/A1:2014 ISO 10535:2006 IEC 60601-1-2:2007 VL 60601-1.2003 C-1000 Fixed Bariatric Ceiling Lift Manual Traverse Lift Motor: 24 Volt Lift Capacity 1000 lbs Unit weight should be no more than 25 pounds Must include emergency stop function Must include emergency lowering capability Must include manual lowering capability Hand control needs to be pneumatic Must attach to existing Handicare structural rails Must not void lifetime warranty of existing Handicare structural rials Must meet following standards: IEC 60601-1:2005/A1:2012 IEC 60601-1-6:2010/A1:2013 IEC 60601-1-11:2015 IEC 62366:2007/A1:2014 ISO 10535:2006 IEC 60601-1-2:2007 VL 60601-1.2003 The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, June 9, 2023 at 12:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6af960eab21f42a3afecffd67a15f4bd/view)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS VA Maryland Health Care System 10 N Greene Street, Baltimore, MD 21201, USA
- Zip Code: 21201
- Country: USA
- Zip Code: 21201
- Record
- SN06693732-F 20230526/230524230120 (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 |