Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
SOLICITATION NOTICE

99 -- Safe Patient Handling Ceiling Lifts

Notice Date
8/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Veterans Affairs;VISN 9 ASC (90C);1639 Medical Center Parkway, Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
VA24910RQ0392
 
Response Due
8/13/2010
 
Archive Date
9/12/2010
 
Point of Contact
Stacey McClendon
 
E-Mail Address
Contract Specialist
(stacey.mcclendon4@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Solicitation Number: VA-249-10-RQ-0392 Notice Type: Combined Synopsis/Solicitation Synopsis: The VA VISN Acquisition Center Mid-South Health Care System, 1639 Medical Center Parkway Suite 400, Murfreesboro, TN 37129 intends to make a sole source award to Dignity, Inc, 992 Davidson Drive Suite D, Nashville, Tennessee 37205 for patient overhead lifts. The authority for this sole source procurement is FAR 6.302-1 (a) (2). The applicable NAICS code is 423450 with a size standard of 100 personnel. Any parties capable of providing this service must respond in writing to this solicitation via email with the subject Lift by 1pm Eastern Central Standard Time, August 13, 2010. No faxes containing proposals or quotes will be accepted by the Contract Specialist. Please submit all questions via email to the Contract Specialist; no phone calls please. Also, any issues with FBO need to be addressed with the FBO representative. Contracting Office Address: Department of Veterans Affairs: Mid-South Health Care Acquisition Center; 1639 Medical Center Parkway Suite 400; Murfreesboro, TN 37129. Place of Performance: VA Medical Center Louisville, Kentucky, USA Attn: John Koenig 502-287-4372 or Bonnie Lamb 502-287-6111 Point of Contact(s): Stacey McClendon, Contract Specialist (C90) VISN 9 Acquisition Center stacey.mcclendon4@va.gov. 615-225-6970 Statement of Work for Safe Patient Handling Overhead Lifts 603-10-4-984-0112 1.PURPOSE: The Veterans Health Administration (VHA) Directive provides policy for implementation of the Safe Patient Handling (SPH) Program. 2.BACKGROUND a. Work related musculoskeletal back, neck, and arm injuries in nursing staff most commonly result from patient handling tasks. Over the past 30 years, efforts to reduce these injuries included training in body mechanics and lifting techniques, elimination of "weaker" staff, and work hardening. Although these interventions have generally not improved outcomes, substantial reductions in such injuries have resulted through programs with patient handling equipment that reduce biomechanical loads of caregivers. Although SPH research has primarily been directed toward nurses, others who perform manual patient handling are also at high risk for injury and will benefit from SPH measures. Importantly, SPH Programs and the institution of patient-handling equipment have been found to enhance nursing retention and recruitment, as well as improve the quality of patient care. 3.JUSTIFICATION Fabrication, installation and certification of patient ceiling lift systems in the following inpatient rooms at the Robley Rex VAMC, Louisville, KY. The lift system rails are to be designed so the lift system will provide patient lift capability over the entire floor area of each patient room listed below. All lift systems to be mounted with mounting hardware/structures above the finished ceiling, with only the traverse rails below the finished ceiling. Where wall mounted floor support systems are required, such a system will be evaluated, but is less desirable. All systems will have a minimum weight capacity of 550 pounds. All lift systems will be cross compatible with the existing LIKO lift systems for cross use of lift bars and slings. The purpose of this cross compatibility is for ease of training, and cleaning/stocking slings. Each lift system will be supplied with two slings. Each lift installation will utilize existing electrical power with a reasonable solution for parking the lift motor. Offers requiring the addition of electrical power must note that on the offer. Service and maintenance requirements must be included in the offer. Installation must be complete within 90 days of acceptance, working around sporadic availability of patient rooms. Training will be provided for all staff covering all three shifts. All workers are subject to security screening, and are expected to be experienced in working in a hospital environment. The work area is expected to be returned to service in the same clean condition it was found. A site visit is required to evaluate the rooms as listed: Ward 6 South, single occupancy rooms A609 thru A616 inclusively Ward 6 South double occupancy rooms A622, A623, A625 & A626 Ward 6 North single occupancy rooms A655, A656, A658, & A669 Ward 5 North single occupancy rooms A560, A561, A562, A568, A569, A574, A575 Ward 5 North double occupancy room A563
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/VA24910RQ0392/listing.html)
 
Place of Performance
Address: VAMC Louisville;800 Zorn Avenue;Louisville, Kentucky
Zip Code: 40206
 
Record
SN02234200-W 20100811/100809235619-d0fb4ef5075c6b0c02612cc8f7c9802f (fbodaily.com)
 
Source
FedBizOpps 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.