Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2023 SAM #7966
SOLICITATION NOTICE

65 -- Guldmann Non-Recessed Room Covering Systems (5) with installation and removal

Notice Date
9/17/2023 5:56:50 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q1057
 
Response Due
9/22/2023 2:00:00 PM
 
Archive Date
10/22/2023
 
Point of Contact
Dane Gift, Contracting Specialist, Phone: 360-816-2762
 
E-Mail Address
dane.gift@va.gov
(dane.gift@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
1. 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; quotes are being requested, and a written solicitation document will not be issued. 2. This is a Request for Quote (RFQ) and the solicitation number is 36C26023Q1057. The Government anticipates awarding a firm-fixed price purchase order contract resulting from this solicitation. 3. This is a Brand Name or Equal solicitation for GULDMANN, INC. Patient Lift Room Covering Systems for the Inpatient Rehabilitation Unit at the Puget Sound VA Health Care System (VAHCS). (Period of Performance 180 Days ARO). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-05 effective August 8, 2023. 4. This solicitation is a Service-Disabled Veteran-Owned Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800 Employees and the PSC is 6530. In accordance with the Non-Manufacturing Rule (FAR 52.219-33), which will be included in the contract, all items must be manufactured by a small business. All interested companies shall provide quotations, including pricing, as a part of this solicitation. All information of this nature submitted to the government shall be made in accordance with the Brand Name or Equal Salient Characteristics and Statement of Work below. Responsive quotes shall include a price quote, past relevant performance, and item/task technical specifications outlining how they intend to meet the standards provided in both Section (6) Salient Characteristics and Section (7) Statement of Work (if not Brand Name). 5. Price/Cost Schedule Item # Product Description Qty Unit Amount 0001 (2d 161) Guldmann 3M x 3M Non-Recessed Room Covering System 770lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 EA 0002 (2D 160) Guldmann 3M x 3M Non-Recessed Room Covering System 550lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 EA 0003 (2D 143) Guldmann 4M x 3M Non-Recessed Room Covering System 770lbs GH3+ Motor, CLLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 EA 0004 (2D 112) Guldmann 4M x 5M Non-Recessed Room Covering System 770lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 EA 0005 (Radiology Transfer Guldmann 3M x 3M Non-Recessed Room Covering System 770lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 EA Grand Total 6. Salient Characteristics Lift Unit a. Shall meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state, and local codes. Appropriate documentation should be provided. b. Shall comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods). c. Shall be motorized (optional upgrade). d. Shall interface with a hand control for electronic lifting and lowering of patients. e. Shall include electronic soft start and soft stop. f. Shall have a capacity for lifting up to 770 pounds, depending on Unit need for standard rooms. g. Shall not beep or flash during normal operation to avoid alarming or disturbing staff and patients. h. Shall have a continuous charge system that allows for the hoist to charge/recharge anywhere on the rail, so lift is always charged and ready for use i. Shall have an emergency stop pull cord that is easily accessible from standing person s height. j. Shall have an emergency patient lowering option to safely lower patients from a standing person s height without the use of separate tools in the event of equipment malfunction. k. Shall be capable of picking patients up off the floor- lifting strap length 96 inches or more. l. Shall have an integrated patient scale with accuracy that meets or exceeds +/- 0.5% at max load. m. Integrated scale shall have a readout in the hand controller and must not decrease the lifting height of the system. n. Shall be upgradable to allow for positioning lock of the hoist. o. Shall have capability for displaying data in the hand controller that provides time of lift, amount of weight of lift, duration of lift total lift count, total hours, last/next service plus visual alerts for preventative maintenance inspections. p. Shall have a three-year warranty on all parts and labor including batteries. Warranty shall include all travel or shipping associated with any warranty repair. q. Shall accept the Nickel Metal Hydride (NIMH) battery r. Shall have 15-year average life span s. Shall have a wireless interface that is Wi-Fi ready which would allow for connectivity to the network of the VA Network infrastructure. The lift system must have capability to be monitored remotely via web access. Hangar Bars/Accessories a. System shall include a hanger bar without easily breakable parts such as rubber flaps. b. Hangar bars shall be easily interchangeable without need of tools. c. Hanger bars shall be compatible with all loop slings that are already purchased to avoid replacement costs at this time. Batteries a. The system shall utilize Nickel Metal Hydride (NIMH) batteries b. Batteries provided shall have a three-year warranty. Warranty shall include all travel or shipping associated with any warranty repair. c. The system shall have visual and audio low battery indicator(s). Vendor/Manufacturer a. Must provide proof of ongoing service quality and consistent management, including failure reports and any other applicable documentation, to be presented with the bid. Provide 3 years of warranty on tracks, installation, motors, and other parts, including the price of parts, labor, and travel, or 10 year purchased option of warranty which includes manufacturer responsibility of repairs and annual PM s. Training/Service a. Vendor shall provide certified in-service training for all shifts of direct patient care staff in units where lifts are installed at no additional cost to the Government (up to 10 sessions). This training must include hands-on lift use and be extensive enough to prepare participants to train others. b. Vendor shall provide service maintenance training to Biomedical Engineering personnel. Training shall include preventive maintenance, inspections, and repairs. c. Vendor shall provide localized service support. Planning and Installation a. Contractor shall provide all qualified personnel, materials, equipment, and services necessary to install new hoist with conversion trolley, and hanger bar, attachment hardware, and all other equipment necessary for safe operation. b. Contractor shall install traverse rail and test all lifts to manufacturer specifications and VA checklist requirements. c. Shall include all anchor, pull testing for lifts attached to the ceiling infrastructure d. Shall include calibration/testing of integrated patient scales e. Shall be weight tested at 1.5 times the 770 pounds hoist maximum lifting capacity. f. Contractor shall use calibrated weights for testing of lifts. g. Contractor shall provide evidence of testing of all lift systems provided. h. Contractor shall be responsible for the removal and disposal of the existing GH2 model hoist and give a credit back to the VA. 7. STATEMENT OF WORK (SOW) 1. Scope of Work Equipment requested for this project must meet specifications as identified in this scope of work and Salient Characteristics. The products specified meet the minimum quality standards for VA Puget Sound Healthcare System. The Contractor shall provide design, procurement, delivery, project management, and installation services. Additionally, the contractor will remove existing ceiling lift equipment 2D-150 in building 100. 2. Work Requirement Work will require a phased approach. Assume installation in 5 imaging suites, install 1 room at one time. The Imaging suites will remain active in the hours outside of construction during this project, thus, accommodating active, urgent, emergent off hour imaging requests will be essential. The contractor shall provide and be responsible for the technical assistance, development and generation of final specifications. Single Point of Contact: Vendor will designate a specific customer service representative, further referred to as CSR, to manage the customer service role locally. Coordinate and provide project management of all products and services to manage, order, ship, receive, deliver, and install equipment from the manufacturer until final acceptance by the VAPSHCS POC. Only include products specified within the Statement of Work and that match exactly the salient characteristics of the equipment specified. Provide maintenance manuals for all products specified. 3. Manufacturing Requirements The manufacturer shall be expected to provide commercial and heath grade equipment. Manufacturer shall meet the design, manufacturing, and warranty requirements as outlined in this Statement of Work and Salient Specifications. Lead time should be within industry standard 6-12 weeks from receipt of order (it is expected that there may be a manufacturing delay due to COVID related issues, please notify POC on updates to expected manufacturing lead times). 4. Delivery The Contractor will be responsible for coordinating delivery of items between all involved parties, including the facility POC, the installers and the manufacturer. Installation will occur at the Seattle campus, building 100 in locations as noted per attached 220901 RCS Floor Plan Patient Lifts.pdf. Shipping and delivery charges must be calculated based on the geographical location in which the product will be delivered and installed. Contractor will be responsible for any additional freight charges incurred due to miscalculations. For the purposes of this scope the Contractor shall plan that there is no available storage on site at Seattle campus. The Contractor shall confine all operations on Government premises to areas authorized or approved by the POC or his/her authorized representative (POC). All installations shall be pre-scheduled with the VA POC a minimum of 2 weeks before the arrival of the equipment. If there are delays on any of the equipment manufacturing or delivery, it must be communicated to the POC via e-mail. All equipment must be installed at the specified locations. The Contractor shall track manufacturing schedule and notify VA POC with updates of estimated completion date by email. New product must not be placed into production without clearance from the VA POC. Delivery dates and times will be identified by the VA POC and coordinated with the contractor and accommodated by manufacturer. Manufacturer to fabricate and ship in accordance with the established schedule. Early and/or unscheduled deliveries will not be accepted. Rescheduling will be at manufacturer s and/or vendor s expense. Contractor s installation team shall be present at time of each delivery to offload equipment in the VA designated location. The facility will not provide staff to assist with this task. Contractor to receive and consolidate all product at their installer s warehouse, check for any shipping damages, and coordinate installation schedules with VA POC. Contractor shall deliver & install at the Seattle Campus, address at: VHA Puget Sound Healthcare System 1660 S Columbian Way, Seattle, WA 98108 Bldg 100, Floor 2 5. Installation Timeframe All items shall be received and consolidated at the installers warehouse. Installation dates shall be pre-scheduled with VA interior designer POC. Installation shall occur no later than February 30, 2024. Duty hours will be within 8:00 am 8:00 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, June 19th, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. (adjusted/modified as needed, approved by the POC/COR/Appointee) 6. Warranty Warranty information provided needs to indicate the length, what is covered, and the usage that warranty covers and must meet or exceed the following criteria: The warranty of an item is to start on the date of acceptance of the products/services by the VA. The Contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor. 7. General Product Requirements see also Salient Characteristics All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Equipment shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. Systems to be engineered with a weight rating of 550 1,100 lbs. All products and components will be new; refurbished products will not be accepted. Substitutions of the equipment in the General Requirements section shall not be accepted. It is the responsibility of the Contractor to confirm correct quantities prior to order. 8. Installation Services The Contractor will be required to remove existing patient lifts on the unit as well as install all products solicited under this contract. The installation team will always have a professional appearance and demeanor. Laborers will be uniformly dressed, displaying either a company logo or company name badge on his or her attire. In addition, each installer may be required to display a Visitor ID badge that will be assigned for the duration of the installation for both campuses. All labor is to be furnished by the Contractor and must be appropriately estimated. Installers are to be certified, insured, and comply with facility requirements and regulations. The installation contractor is required to verify and ensure proper installation hardware and tools/machinery are provided for installation. The Contractor will provide ICRA plan to be reviewed and approved by VAPS. The Vendor must provide VAPS a drawing indicating items in the ceiling that must be moved prior to installation of new lift and verify how their product will attach to the VA structural deck. These drawings must be approved by VAPS Facilities Maintenance Department prior to initiating the installation. All work is to be completed with the highest level of craftsmanship and in a safe manner within the allotted time frame. The Contractor is to maintain a clean job site during work hours and properly store materials and supplies at the end of each workday. All dust and debris must be cleaned by the contractor- this includes vacuuming and damp mopping when necessary. Immediately after installation and adjustment, clean all surfaces to remove marks, soil, and foreign matter. At project completion, recheck all components and perform all required additional cleaning. Cleaning equipment and supplies will be the responsibility of the Contractor and will not be provided by the VA Medical Center. At a minimum, the following waste categories shall be diverted from landfills: clean dimensional wood, palette wood, cardboard, and paper packaging. Contractor shall provide the VA with a detailed report of recycled materials prior to final invoice. Contractor is responsible for repair of any damage caused by the Contractor. All packaging material and debris shall be removed from the site and properly disposed of by the Contractor. Any defects in material from installation shall be repaired and damaged products that cannot be satisfactorily repaired shall be replaced. Contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA POC a remediation plan within 5 business days from date the installation occurred. Items on the punch list shall be noted and a response for completion time (expected date of completion) of each item shall be provided from the contractor. Coordinate delivery and installation of items with the VA POC. Vendor must provide 2 weeks notice prior to delivery at minimum. The installation shall occur between the hours of 8:00 AM - 8:00 PM. Product to be stored by manufacturer/dealer and be delivered to the VA jobsite when date approved by VA POC. The vendor is to contact the POC to schedule delivery to confirm a date, time, and the location. Protect doors, doorways, and corridor walls use for delivery. All services shall be delivered by certified technicians in accordance with manufacturer s recommended instructions. 9. Acceptance Completed systems are to be load tested prior to acceptance by the facility (stamped drawings). Contractor will correct deficiencies and punch list items within ten (10) business days after identification unless deficiency requires fabrication of replacement parts/pieces in which the time allowance will be increased to thirty (30) calendar days for non-readily available or stock items. 8. Place of Performance: Department of Veterans Affairs Puget Sound VAHCS 1600 S. Columbian Way Seattle, WA 98108 9. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: http://acquisition.gov/comp/far/index.html http://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: 10. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda: ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (a) Gray market items are Original Equipment Manufacturers (OEM Guldmann, Inc.) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. (d) Any award made as a result of this solicitation will be made on an All or Nothing Basis. (e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. (f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. (g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. (End of Addendum to 52.212-1) 11. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. The government intends to make a best value determination based on, but not limited to, the following evaluation factors when evaluating offers: (a) Technical Compliance: Quoted commodities and services/supplies shall be in accordance with the Salient Characteristics and the Statement of Work above. (b) Price: Price - The offeror shall complete the Price/Cost Schedule provided in Section (5) above. (c) Past Performance: Past Performance The offeror shall attach contract numbers of previous similar past performance along with a very brief description of services. (d) Proof of Meeting the Special Tasks and Salient Characteristics per the SOW: The offeror shall provide either a statement or a brief synopsis of the process outlining how they intend to meet the standards provided in both Section (7) Statement of Work and in Section (6) Salient Characteristics order to be considered for award. 12. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: 13. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018) ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (AUG 2020) 52.219-33 Nonmanufacturer Rule (JUN 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause: 852.203-70 Commercial Advertising 852.212-71 Gray Market Items (APR 2020) 852.215-70 Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside. (NOV 2020) 852.232-72 Electronic Submission of Payment Requests. 852.242-71 Administrative Contracting Officer (OCT 2020) 852.246-71 Rejected Goods The following subparagraphs of FAR 52.212-5 are applicable: FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note) 52.219-14 Limitations on Subcontracting (MAR 2020) 52.219-28 Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2)) 52.222-3 Convict Labor (JUN 2003) (E.O. 11755) 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126) in both 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793) 52.222-50 Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (JAN 2021) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2018) (31 U.S.C. 3332) 15. There are no additional contract requirements, terms or conditions. 16. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. 17. Quotes must be emailed to dane.gift@va.gov and received no later than 17:00 PM EST on 09/22/2023. Quotes may be submitted on the vendor s own form following the format found in Section 11 Evaluation-Commercial Items . No late quotations will be accepted. The Government intends to make award without discussions. 18. For information regarding the solicitation, please contact Dane Gift at Dane.Gift@va.gov. DEPARTMENT OF VETERANS AFFAIRS
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9599b66295f64e0f91c1fe7e1655a50c/view)
 
Place of Performance
Address: Department of Veterans Affairs Puget Sound VA Health Care System 1660 S. Columbian Way, Seattle 98108, USA
Zip Code: 98108
Country: USA
 
Record
SN06834265-F 20230919/230917230047 (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.