Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 25, 2005 FBO #1460
SOLICITATION NOTICE

65--65 -- Mattress, Standard Foam Pressure Reduction

Notice Date
11/23/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
797-NC-06-0006
 
Response Due
12/15/2005
 
Archive Date
1/14/2006
 
Small Business Set-Aside
N/A
 
Description
The VA National Acquisition Center will issue RFP 797-NC-06-0006 for the Department of Veterans Affairs? (VA) requirements for Standard Foam Pressure Reduction Mattresses as a Cascaded solicitation. The order of consideration under the cascade will be a set-aside for Service Disabled Veteran Owned Small Businesses (SDVOSBs) first, then a set-aside for Small Businesses and last full and open competition. Under the cascade if the Government receives acceptable offers from two or more qualified SDVOSBs award will be made as a set-aside for this type of business. If acceptable offers are not received from two or more SDVOSBs and acceptable offers are received from two or more small businesses the Government will make award to this type of business as a set-aside. If acceptable offers are not received from two or more small businesses, then the Government will award a contract under full and open competition. If the offeror is not a manufacturer, the offeror must submit in the offer, a signed agreement showing an uninterrupted source of supply for the full contract period including the option years. This agreement must be between the offeror and the manufacturer of the product. Under the set-aside portions of the cascade, the offeror must be a small domestic manufacturer, or if a distributor, must be distributing the product of a small domestic manufacturer. All Offerors must have the ability to provide Mattress, Pressure Reduction, Standard Foam to VA facilities in all 50 States and Puerto Rico. All Offerors will be required to make deliveries to VA facilities within 10-15 days from date of receipt of order. Successful contractors may be required to allow the distribution of awarded products through VA Prime Vendors for delivery to VA facilities. It is estimated that the VA will purchase approximately 4,380 mattresses each year. The following specifications and evaluation factors shall be used to determine the acceptability of offerors mattresses. OFFEROR?S PRODUCTS MUST PASS THE FOLLOWING SPECIFICATIONS: 1.) Latex Free, 2.) Mattress cover clearly marked with "head", "foot", "this side up," 3.) Product MUST meet fire safety standards, NFPA 267 compliance for rate of heat release per 19.7.5.3 and 10.3.4, same as California Technical Bulletin 129. The test data sheets submitted MUST contain the date of the test, product identification, test results, signature of tester, title, letterhead and sometimes the seal must identify separately the flammability tests done on the foam and on the cover. Both the sample identifiers and the data sheets MUST MATCH with the correct product information written on the test data sheets, 4.) Sealed seams on top cover 5.) Replaceable cover, 6.) Instructions for cleaning provide to include germicidal/disinfectant agent, 7.) Perimeter zipper covered, 8.) Mattress reduces interface pressure below 32 mm Hg in sacral area, 9.) Foam density must be 1.3 lbs/cubic foot, 10.) Offeror must provide MVTR of mattress expressed in metric units (grams/Hr/m2 at 40o Centigrade) Using the ASTM E96 standard as a test method. MVTR must be less than 5grams/Hr/m2 at 40o Centigrade, 11.) Foam ILD must be 25% of 30 lbs 12.) Height of mattress not less than 5 inches of foam 13.) Weight limit up to 350 lbs., 14.) Warranty must be at least 7 years. Warranty includes automatic, non-prorated replacement of damaged products including mattress and cover. OFFEROR?S PRODUCTS WILL BE EVALUATED AGAINST THE FOLLOWING EVALUATION FACTORS: 1.) Vendor must provide education and training on product, 2.) Mattress?s Shear/Friction Reduction (can easily move patient in bed with a draw sheet), 3.) Mattress is offered in various sizes (length and width) to comply with VA bed entrapment policies. Vendor may be required to custom fit a mattress. Mattress is fitted to the bed frame such that the largest gap that can be created between the side rail & mattress is less than 2-3/8" (60mm) when the mattress is pushed all the way to one side of the frame. This same gap requirement should also apply from the headboard to the footboard of the mattress. Minimum sizes would be approx. 35" x 80" and 35" x 84" (Offerors will be required to address how they will meet this evaluation factor in their proposals), 4.)Mattress designed to prevent sliding or lateral movement on bed frame (e.g. non skid bottom surface), 5.) Smooth surface (e.g. easy to clean), 6.) Cover is body fluid resistant, 7.) Cover allows immersion/displacement of body weight. Conformable to bony prominences 8.) Cover will withstand repeated cleaning with a germicidal agent and will not plasticize or crack, 9.) Offeror to supply pressure mapping results, and methodology, to include sacral and heel areas. Results must be within an acceptable range, 10.) Perimeter foam must provide safe support for transfers in and out of bed, 11.) Mattress includes feature to reduce pressure in heels, 12.) Foam can be bonded multiple layer construction, but no mandatory removable parts, 13.) Stain Resistant. Interested parties responding to this notice must provide the name, address and telephone number of their company for item, Mattress, Pressure Reduction, Standard Foam, business size, and whether they are manufacturers or distributors of the above listed product(s) by December 15, 2005. Offerors that are distributors must indicate whether they are distributing the products of large or small business manufacturers. The Solicitation will be available for downloading, on or about the issue date of December 16, 2005, from the VA Office of Acquisition and Material Management (OA&MM) internet website at http://www.bos.oamm.va.gov. Offers will be due by 4:00 pm Central Standard Time on January 16, 2006. If a paper copy of this Solicitation is desired, please fax written requests to Adrienne Albachiara at (708) 786-5256 or e-mail Adrienne.Albachiara@med.va.gov.
 
Record
SN00936955-W 20051125/051123211815 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.