Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2016 FBO #5256
DOCUMENT

65 -- PR# 629-16-2-7224-0097, Project Legacy, Sup Infusion, PCA, and Feeding Pumps - Attachment

Notice Date
4/12/2016
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1555 Poydras Street;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
VA25616Q0564
 
Response Due
4/19/2016
 
Archive Date
5/4/2016
 
Point of Contact
John D. Adams II
 
Small Business Set-Aside
Total Small Business
 
Description
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. In accordance with 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. Statement of Work Infusion, PCA, and Feeding Pumps Southeast Louisiana Veterans Health Care System New Orleans, LA January 25, 2016 Revised March 24, 2016 1.PURPOSE 1.1The overall purpose is to provide and configure Infusion, PCA, and Feeding Pumps for Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal St, New Orleans, LA 70119. 2.SCOPE 2.1The Contractor shall provide, transport, test and configure all listed equipment. 2.2All equipment and configuration must meet manufacturers and VA specifications. 2.3The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and configuration of the supplies and equipment. 2.4The Contractor is responsible for any missing parts and components not included in order to carry out the configuration. 2.5SALIENT CHARACTERISTICS 2.5.1Two Hundred Sixty (260) Infusion Pumps: Brand Name or Equal Alaris PC Unit Model 8015 "Infusion Pump shall have the ability to set flow range from 0.1 -999 "Drug/dose calculator "Set volume to be infused (VTBI) "Set KVO rate (0.1 - 20) "Automatic piggybacking "Deliver medication by IV tubing "Front panel lock out. "Ability to have 4 channels "Needleless IV connection "Free flow safeguard "Audible alarms to detect : o set disengaged odoor opened osystem malfunctions olow battery/dead battery oocclusion downstream or upstream oair in line oinfusion terminated "Ability to pause alarm "Dose reduction system such as a guardrail library "Guardrail library shall have the ability to be programmed with a minimum of 1000 drugs and fluids. "Display volume infused. "Add multiple channels "Rechargeable battery. "Maximum weight: 7 lbs "Infusion pump dimensions shall not be exceed 9.0 x 7.0 x 10in 2.5.2One Hundred Thirty (130) Infusion Pump Modules Brand Name or Equal -Alaris Pump Module Model 8100 "Dimensions shall not exceed 9.0 x 4.0 x 6in "Maximum weight: 3 lbs. "Compatible with infusion pump in 2.5.1 "Continuous and Intermittent delivery of fluids 2.5.3 One Hundred two (102) PCA Pumps Brand Name or Equal -Alaris PCA Module 8120 "Use IV tubing "Needleless system "Free flow safeguard "Lockout Interval Range between 5 to 120 minutes in 1-minute increments "PCA + continuous mode variable from 0.1 x concentration (mg/hr or mcg/hr) to 20 x concentration (mg/hr or mcg/hr), + PCA dose (mg) "Capable of monitoring Pulse Oximetry (SpO2) "Capable of continuously monitoring end tidal CO2 (EtCO2) "Shall have audible alarms for: oset disengaged odoor opened osystem malfunctions olow battery/dead battery oocclusion downstream or upstream oair in line oinfusion terminated/paused oempty syringe ocheck vial ocheck syringe ocheck settings ocheck injector odecimal not allowed 2.6DELIVERY AND CONFIGURATION 2.6.1DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Loading Dock, New Orleans, LA., 2400 Canal Street, New Orleans, LA 70119 09/30/2016. 2.6.1.3Contractor shall schedule delivery with COR thirty days prior to delivery. 2.6.1.4All deliveries shall be completed between 8:00 a.m. and 4:30 p.m. Monday - Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.1.5Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.6 Package to prevent damage or deterioration during shipment, handling, storage and configuration. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.7Store products in dry condition inside enclosed facilities. 2.6.1.8Any government requested delayed delivery up to 90 days after initial negotiated delivery date, shall be at no additional cost to the Government. 2.6.1.9 Delivery and configuration will be coordinated through the COR. 2.6.2CONFIGURATION 2.6.2.1Configure and equipment to manufacturer's specifications maintaining Federal, and Local safety standards 2.6.2.3Configuration must be completed by 10/01/2016. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday - Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4If there is an operational conflict with configuration, night or weekend configuration may be required. Government will provide a 72 hours' notice of change of configuration hours. 2.6.2.5The contractor shall coordinate all deliveries, staging areas, configurations, and parking arrangements with the COR. 2.6.2.6The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and configuration of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7SITE CONDITIONS 2.7.1There shall be no smoking, eating, or drinking inside the hospital at any time. 3.INSPECTION AND ACCEPTANCE: 3.1The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4.DELIVERABLES 4.1Operation and Maintenance Manuals 4.1.1Binders - Quantity (2) each for items 3.1 - 3.17 4.1.2Digital Copies- Quantity (1) each for items 3.1 - 3.17 4.2Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to COR upon completion of delivery. 5.OPERATOR TRAINING: 5.1Clinical Training 5.1.1 The contractor shall be responsible for training all clinical users on their application and use. 5.1.2 The contractor shall provide hands on staff education by a clinical educational professional to all clinical users once all machines are delivered. Validation of training shall be validated by return demonstration. 5.1.3 Clinical Education shall include: "Operations and set-up "User Maintenance "Safety "User Troubleshooting "Negotiating and understanding machine profiles to better serve the patient and staff. 5.2 Technical Training 5.2.1 The contractor shall provide onsite training to biomed staff to include: "Operations and set-up "User maintenance "Safety "Calibration and repairs 5.3All clinical and technical training to be completed before 10/01/2016. 6.PROTECTION OF PROPERTY 6.1Contractor 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. 6.2The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7.SECURITY REQUIREMENTS 7.1The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. See Attachment 1 for Security Requirements. 8.WARRANTY 8.1The contractor shall provide a one year manufacturer's warranty on all parts and labor. 8.2The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/VA25616Q0564/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-16-Q-0564 VA256-16-Q-0564.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2667666&FileName=VA256-16-Q-0564-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2667666&FileName=VA256-16-Q-0564-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SLVCHS;2400 Canal St.;New Orleans, LA
Zip Code: 70119
 
Record
SN04082107-W 20160414/160413001448-e93035f6a15250124760dfc70ece60e7 (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.