Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 06, 2017 FBO #5523
DOCUMENT

65 -- HAMILTON G5 PACKAGE& ACCESSORIES - Attachment

Notice Date
1/4/2017
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;G.V. (Sonny) Montgomery VAMC;1500 E. Woodrow Wilson Dr.;Jackson MS 39216
 
ZIP Code
39216
 
Solicitation Number
VA25617N0144
 
Response Due
1/11/2017
 
Archive Date
3/12/2017
 
Point of Contact
DIYONNE WILLIAMS
 
E-Mail Address
diyonne.williams@va.gov
(diyonne.williams@va.gov)
 
Small Business Set-Aside
N/A
 
Description
SCOPE OF WORK AND GENERAL SPECIFICATIONS FOR VENTILATORS Background: The Michael E. DeBakey VA Medical Center (MEDVAMC) is requesting replacement of (33) Puritan Bennett 840 ventilators. These ventilators are no longer serviceable and do not have the current state of the art technology for treating patients with complicated pulmonary diseases. These ventilators are to be replaced immediately with updated technology to ensure our veterans receive the most state of the art ventilatory care. These ventilators will need to be replaced immediately to meet current critical patient care needs. Project Scope: For the purchase and delivery of 33 ventilators and related accessories (see package requirements below). Package should include: INTELLIGENT VENTILATION TECHNOLOGY to facilitate better patient outcomes. ADAPTIVE SUPPORT VENTILATION (ASV) Mode, which automatically employs lung-protective strategies to minimize complications from AutoPEEP and volutrauma/barotrauma; promotes breathing for patients in all ventilation modes and phases; supports passive, active, and spontaneous breaths in closed loop ventilation; provides continual feedback to automatically adjust settings based on mechanics and changes in lung compliance, and automatically transitions to base patient needs. Continuously monitors and automatically adjusts cuffed endotracheal and tracheostomy tubes, providing real-time optimization of cuff pressure, and provides a fully automatic maneuver that records the static pressure-volume curve quickly and easily at the bedside. CLOSED LOOP VENTILATION that continuously/automatically adjusts respiratory rate, tidal volume, and inspiratory time in concert with patient s lung mechanics and effort. Automatically promotes free breathing in all ventilation modes and phases. Assess lung recruitability and sets PEEP based on respiratory mechanics and determines the upper and lower inflection points automatically. PRESSURE CONTROLLED MODES-(including biphasic modes), adaptive volume-controlled modes, conventional volume-controlled modes, pressure and volume support modes, modes for noninvasive ventilation, transpulmonary pressure measurement, display real time dynamic lung compliance, volumetric capnography, heliox therapy, noninvasive ventilation (NIV), leak compensation for NIV and invasive ventilation, and integrated high flow oxygen therapy mode and integrated pneumatic nebulizer. INTELLICUFF TECHNOLOGY to continuously monitor and automatically adjust cuffed tracheal and tracheostomy tubes, providing real-time optimization of cuff pressure, and provides a fully automatic maneuver that records the static pressure-volume curve quickly and easily at the bedside. PROTECTIVE VENTILATION TOOL (P/V Tool) to assess lung recruitability and sets PEEP based on respiratory mechanics and determines the upper and lower inflection points automatically. Ability to support Pressure-controlled modes (including biphasic modes), adaptive volume-controlled modes, conventional volume-controlled modes, pressure and volume support modes. INTEGRATED PNEUMATIC NEBULIZER Trade-in Value Vendor must provide trade in value for the existing 33 Puritan Bennett 840 ventilators. Vendor must provide for immediate removal of PB 840 ventilators from premise as new ventilators are installed within 4-6 weeks of contract award. Supply Specifications-Requirements: Ventilator unit with all related accessories necessary for normal use and operations, such 90 degree angle power cord, high pressure hoses (air/oxygen), filters, rails/handles, trolley, monitoring interface, swivel mount, support arm, and humidifier extender bracket Ventilator setup kit Humidifier extender bracket Flow Sensors, Adult, single use Heliox option with Heliox hose DISS-DISS 4mm CO2 prep kit (no cables) Capnostat CO2 Protective Ventilation Tool (P/V Tool) IntelliCUFF accessories Technical & Clinical training and service training tuition Warranty and Support. The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty. Delivery Location: Warehouse Respiratory Care Department, Medicine Care Line Michael E. DeBakey Veterans Affairs Medical Center (MEDVAMC) 2002 Holcombe Boulevard Houston, Texas 77030 Installation: All work and installation will be coordinated with the COR (the COR will be identified upon award of contract) and/or OI&T, and Biomedical Engineering groups. Phasing and work schedule will be provided and coordinated with the COR and a detailed installation schedule will be provided during the project implementation kick-off meeting. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance as well as working space and space availability shall be as determined by the COR after award of the contract. Training: The Contractor will be responsible for providing on-site user training of the new ventilators as deemed by clinical manager, CO and/or COR. Training and education will be provided to clinical staff and BioMed as appropriate and as needed. This will include basic and advanced operation of the ventilators, instrument set-up and pre operational checks. The training is to be completed within 30 days upon receiving the new units prior to installation of new vents and during the installation phase as needed. Operations and Storage Areas: The Contractor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer and/or COR. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor's performance. Working space and space available shall be as determined by the COR. Debris will be removed daily by the contractor unless otherwise directed. Workmen are subject to rules of the MEDVAMC applicable to their conduct. All personal automobiles and contractor trucks shall be parked at the contractor's staging area or offsite of the MEDVAMC premises. Execute work so as to interfere as little as possible with normal functioning of the MEDVAMC as a whole, including operations of utility services, fire protection systems and any existing equipment, with work being done by others. Do not store materials and equipment in other than the designated contractor storage areas. Daily, Contractor shall keep work, storage, and staging areas clean and neat. Contractor shall provide sufficient trash containers so that there is no debris lying around. The containers shall be emptied at least weekly and more frequently, if needed. Protection of Existing Structures, Equipment, Utilities, and Improvements: The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site. The Contractor shall replace at his own expense damage to such items to the satisfaction of the Contracting Officer. Contractor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of installation against dust, debris and physical damage, so that equipment and affected areas to be used in MEDVAMC operations will not be hindered. Contractor shall permit access to VA personnel through installation areas as required for maintenance and normal MEDVAMC operations. When the installation area is turned over to Contractor, Contractor shall accept entire responsibility therefore. Contractor shall maintain in operating condition, existing fire protection, alarm equipment and other operating equipment in the installation area. IT IS VERY IMPORTANT THAT ESSENTIAL AND LIFE SAFETY SYSTEMS BE CONTINUOUSLY MAINTAINED AND NOT INTERRUPTED WITHOUT TWO WEEKS PRIOR WRITTEN NOTICE AND APPROVAL FROM THE VA MEDICAL CENTER. Sign-in Procedures: All Contractor workers are required to sign in and out at the VA Police Dispatch at the corresponding locations as directed by the COR, or designee at each facility. A valid state driver s license or state identification card is mandatory for all employees to have access to these facilities. All contractor employees are required to wear the assigned VA badge at all times. If after-hour key service is needed, contact VA Police Dispatch at 713-791-1414, extension 7106. Material Safety Data Sheet (MSDS): Contractor shall provide three (3) copies of each Material Safety Data Sheet for every product, chemical, etc. used on this project. MSDS sheets shall be provided for any material on the same day those materials arrive on VA property. At no time shall the Contractor have, or permit subcontractors to have, materials on station without MSDS sheets. All instructions for use shall be followed. Products will not be used until MSDS's are submitted to the COR. The contractor shall maintain a current, green in color, loose-leaf notebook on the job site at all times, which is readily available for viewing by the COR or VA Safety Officer. Work Hours: Normal business hours are 7:30AM to 4:30PM Monday thru Friday excluding Federal Holidays. Work completed outside this time must be requested through the COR and approved by the CO. Requests for after hours work must be submitted in writing to the COR and CO. Coordinator two (2) weeks prior to work. The VA requires that information submitted must contain: extent of work, workers involved, the affected areas, and the estimated times of operation. ID Badges: All workers are required to obtain a time-limited I. D. badge from the VA Police Service located in the main building, room 1A-74. This badge must be worn at all times when workers are on site. Estimates: Vendors will submit one quotation for the purchase of Ventilators and match the requirements outlined in this RFQ. In the quotes, vendors will indicate whether their solution has MET, NOT MET or MET WITH QUALIFICATIONS for each line item in this document (MET WITH QUALIFICATIONS will require a detailed listing of non-compliance). In addition, vendors will complete the Instructions to Offertory s (ITO) and respond in detail to each question. Vendors are required to respond to each item individually in both documents. Include the specification/question number and text in your response document to facilitate review.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/JaVAMC/VAMCCO80220/VA25617N0144/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-N-0144 VA256-17-N-0144.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3194072&FileName=VA256-17-N-0144-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3194072&FileName=VA256-17-N-0144-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04362563-W 20170106/170104234059-faf25a11df62998e6012288ad1164fe2 (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.