DOCUMENT
W -- WOUND MANAGEMENT EQUIPMENT RENTAL VA MEDICAL CENTER FAYETTEVILLE, NC - Attachment
- Notice Date
- 12/9/2016
- Notice Type
- Attachment
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617Q0245
- Response Due
- 12/14/2016
- Archive Date
- 1/13/2017
- Point of Contact
- Darla J Hurlock
- E-Mail Address
-
8-3120<br
- Small Business Set-Aside
- N/A
- Description
- The Department of Veterans Affairs at Fayetteville, NC has a requirement for Lease of Wound Management Equipment. The NAICS code for this requirement is 532490; size standard is $32.5m. This is not a request for bids, quotes, or proposals. This is a SOURCES SOUGHT announcement only. The purpose of this Notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Department of Veterans Affairs is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. Sources for lease of the following Wound Management Equipment are being sought; also provided is a draft Statement of Work, subject to change should the requirement go to solicitation: DRAFT STATEMENT OF WORK General Requirements: Contractor shall provide all labor, supervision, set-up, installation, technical/maintenance support and on-site training necessary to perform on-site rental delivery of specialized Wound Care Management equipment noted below for use at the Fayetteville VA Medical Center. Wound care therapy equipment is required to promote wound healing by secondary or tertiary intention by preparing the wound bed for closure at the wound site and would remove infectious materials and actively promote granulation at the cellular level. This requirement is targeted for patients with chronic, acute, traumatic, subacute and dehisced wounds, partial thickness burns, ulcers (such as diabetic or pressure), flaps and grafts. Place of Performance: VA Medical Center 2300 Ramsey Street Fayetteville, NC 28301 Period of Performance: Base Year: Award to 9/30/2017 Option Year 1: 10/1/2017 to 9/30/2018 Option Year 2: 10/1/2018 to 9/30/2019 Option Year 3: 10/1/2019 to 9/30/2020 Option Year 4: 10/1/2020 to 9/30/2021 Technical Industry Standards and Compliance: Wound care specialty bed rentals shall be in compliance with FDA s guidance on promoting granulation tissue formation and perfusion, and removing exudate and infectious material and the Neurological Devices Office of Device Evaluation Center for Device and Radiological Health (CDRH). Wound Management Equipment: Contractor shall provide associated wound therapy bed and mattress equipment that will meet the brand name or equal salient characteristics of the listing of items below: 1 - Bariatric Commode Chair 2 - BariMaxx active therapy bed system 3 - First Step All in One MRS low-air loss therapy system 4 - First Step Select ® low air loss therapy with GORE ® medical fabric for moisture management 5 - InfoV.A.C. ® wound vacuum therapy unit Contractor shall provide detailed specification of all wound care therapy solution equipment offered. Equipment Operational Service: Contractor shall provide all repairs on the wound care specialty equipment during the normal VA business hours (8:00 a.m. - 5:00 p.m.) Monday through Friday, except Federal holidays, unless otherwise specified. Contractor may work outside normal business hours by arrangement with the Contracting Officer s Representative (COR) if such services are provided without additional charge to the Government. Any overtime charges shall be presented to the COR or designee prior to the initiation of overtime work. Contractor shall respond back to phone calls regarding repair request within 2 hours. Contractor shall deliver and set-up wound care specialty bed rentals needing repaired or replace at no cost to the Fayetteville VAMC. At no additional cost to the Fayetteville VAMC, Contractor shall provide an Equipment Subject Matter Expert or Manufacturer Liaison that will be available 24 hours per day/7 days per week, 365 days/year for technical/clinical consultation in regards to the proper product placement, equipment/software settings, and updates. Qualification of Contractor Technical Service Representative: Contractor shall provide "fully qualified" Technical Service Representative or field service engineer (FSE) fully capable of service maintenance and on-site training on the wound therapy solution equipment. Fully qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program on the equipment identified. For field experience, the FSE(s) has a minimum of two years experience with respect to scheduled and unscheduled preventive and remedial maintenance on wound care therapy solution equipment. FSE(s) shall be authorized by the manufacturer to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSE(s). Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSE(s) for each make and model the contractor services. Contracting Officer (CO) may authenticate the training requirements, request training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VA equipment. CO and/or COR specifically reserves the right to reject any of the Contractor's personnel and refuse them permission to work on VA premises. Contractor shall insure their personnel meet the privacy standards as set forth by the Health Insurance Portability and Accountability Act of 1996 (HIPPA) with respect to personal care and confidential information that may arise at any time during the term of this agreement. Special Instructions: Contractor's representative will report to the COR at the conclusion of each repair or scheduled maintenance visit, and shall provide a written service report indicating: Date of service Equipment catalog number Location of the equipment being serviced Name of the service representative Hours worked Services performed Reports shall be delivered to COR for signature when work is complete. During non-standard hours, reports shall be taken to Police Dispatch for signature. (End of draft SOW) This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, DUNS number (www.dnb.com), the geographical location the respondent is able to service, and documentation of authorized distributor certification (if a brand name product is intended for offer should the requirement go to solicitation). (1) Business size (small or large business concern), and number of employees; (2) Type of small business a. Service Disabled Veteran Owned Small Business b. Veteran Owned Small Business c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business Responses to this notice should be emailed to the Contracting Officer at e-mail address: darla.hurlock@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 4:00pm EST, December 14, 2016. This notice is to assist the Government in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Vendor Information Pages (VIP) Database at www.vetbiz.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617Q0245/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-Q-0245 VA246-17-Q-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3152093&FileName=VA246-17-Q-0245-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3152093&FileName=VA246-17-Q-0245-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-Q-0245 VA246-17-Q-0245.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3152093&FileName=VA246-17-Q-0245-000.docx)
- Place of Performance
- Address: VA MEDICAL CENTER (565);2300 RAMSEY STREET;FAYETTEVILLE, NC
- Zip Code: 28301
- Zip Code: 28301
- Record
- SN04348242-W 20161211/161209234204-b838bf52d1a2ff474f467c6924f0a9c4 (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 |