Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

71 -- Patient Beds - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
 
ZIP Code
05009
 
Solicitation Number
VA24117Q0120
 
Response Due
1/17/2017
 
Archive Date
3/14/2017
 
Point of Contact
John D Harris
 
E-Mail Address
95-9363
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 5 The VA White River Junction Healthcare System is soliciting for the delivery and installation of Inpatient Mental Health Ward patient beds. STATEMENT OF WORK VAMC White River Junction, Vermont Building 31 | Floor G | Ground East | Patient Beds BACKGROUND The Inpatient Mental Health Ward at the VAMC located in White River Junction, VT is in need of replacement beds for the patients. Existing beds currently are composed of wood and could potentially pose a risk for patients and staff as well as infection control risks. New patient beds as described below will create soothing healing and safe environments for both staff and patients. While creating a home-like environment this unit also requires strict design guidelines to be met that can be found under the Mental Health Environment of Care (MHEOC) checklist and Mental Health guideline. A safe patient environment is the number one priority of this project. All furnishings must meet strict guidelines for patient safety. SCOPE OF WORK The selected contractor will be required to furnish, deliver and install furniture to the White River Junction VAMC inpatient Mental Health ward located in Building 31 | Floor G | 215 White River Junction, VT 05009. The timeframe for delivery receipt shall be no later than 8 weeks following award of contract, with coordination of specific dates mutually agreed upon by the VA Medical Center, White River Junction and the selected contractor. Refer to attached floor plan for further details. Any work being done on the unit while open must take special precautions. This is an acute mental health ward and all work must follow MHEOC guidelines. No tools, ladders, or product may be left unattended before installed properly. Follow guidelines in MH Design guide or set by Patient Safety and/or MHEOC Committee. All contractors will be required to show ID and obtain day pass with the VA police. BID REQUIREMENTS Vendor s representative must be onsite during installation, mfg rep shall be onsite during installation as requested. All warranty claims must provide manufactuers rep within 48 hours and an agreed upon action plan within 5 business days. All bids are to be formatted appropriately to ensure a consistent basis for comparison: Item # Description Quantity Cost Extended Cost Xyzq Patient Room 5 $100 $500 Guest Chair Pieces Parts Fabric @ $60/yd Etc. Cost of item (as defined below, i.e. Patient Room Guest Chairs) to be wholly inclusive of all required components. DO NOT break out costs for any parts, pieces, or COMs in either the cost or extended cost columns. Comprehensive installation of all items to be indicated. Comprehensive freight of all items to be indicated as a total amount. If submitting an OR EQUAL bid on casegoods, tables, or any other woodgrain laminate product, vendor must supply a finish sample for review to the White River Junction VA Medical Center within two days of bid submittal. If submitting an OR EQUAL bid on seating, vendor must supply a sample for demo to the White River Junction VA Medical Center within two days of bid submittal; demo to remain onsite for two weeks to undergo a determination of parity for construction quality and end user comfort. FURNITURE REQUIREMENTS: Qty:12 Norix ATN101 Attenda Platform Bed Color River Rock Qty: 12 Norix ATN102 Attenda Platform Bed Riser for ATN101 Color: River Rock Qty 2: Norix ATNR06N Restraint Ring Kit (Each kit contains 6 Rings) Qty 12: Norix MRS6-3882 Mattresses MRS6-3882 Remedy Silver secure Mattress 6 h 38 w 82 long 100% sealed seams Security reinforced cover color silver Qty 1: Norix MRX6-3882 Remedy Mattress Black Max Mattress Sealed Seam Remedy Silver secure Mattress 6 h 38 w 82 long 100% sealed seams BRAND NAME OR EQUAL SALIENT CHARACTERISTICS: One piece, rationally molded, specially formulated to be fire retardant, high impact polyethylene with ultra violet light stabilizers (to reduce fading) Beds shall have optional conversion kit of heavy duty restraint rings that mount through holes in the bed and bolt into floor. Restraint rings shall be composed of ¼ thick steel Must be resistant to blood, vinegar, urine, feces, salt solution and chlorine solution Must be fully compounded for superior color Bed units must be filled with rigid polyurethane foam for increased durability and sound absorption Beds must test to 1,000 lbs. static load Flammability must meet UL4056 Fire test of upholstered furniture, ASTM E1537 Test method for fire testing of real scale upholstered furniture items, NFPA 261 cigarette ignition resistance of upholstered furniture Must be greenguard gold certified Must have at least a minimum 5 year warranty Additional weight must be added to the beds and/or risers to meet a minimum of 165 lbs. Bed shall be 84 in length by 40 W x 15 ½ H Beds shall have additional platform to increase overall height by 8 ½ and shall be composed of same material as bed and allow for use of patient lift devices. Must not have any sharp edges All components must be sealed no ligature points Must have option of bolting to the floor or being weighted to meet MHEOC criteria Mattresses shall be included and shall have 100% sealed seam construction that are impermeable to moisture and liquids Mattresses shall have no inner springs and composed of polyurethane foam core Mattresses shall meet required NFPA ratings CONTRACTOR REQUIREMENTS The contractor shall perform all work under this contract in strict accordance with all safety codes to eliminate the possibility of damage or injury to patients, personnel and equipment or building structures. The scope of work to include, but not limited to, provision of furnishings, delivery and installation. Track all orders to insure timely delivery and communicate issues to COR/INTERIOR DESIGNER. Repair or replace damaged products at the discretion of COR/INTERIOR DESIGNER. Provide final cleaning of products prior to project completion. Vendor shall leave 1 key in lock on each unit and submit each duplicate key to COR/INTERIOR DESIGNER upon completion of installation. Vendor to provide furniture cut sheets, warranty and delivery schedule. Vendor to provide O&M manual including warranty, care, and manufacturer contact information to COR/INTERIOR DESIGNER at completion of project. Freight all furniture in an environmentally responsible manner, i.e. blanket wrapped or equal. Remove and recycle or discard all packaging materials in an environmentally responsible manner. Furniture layout shall meet the requirements and design intent of ABA, NFPA, OSHA, ANSI, BIFMA, CAL 117, VA, for all accessibility, life safety, occupational safety, VA, and federal requirements for a business, healthcare, or residential occupancy, as applicable. The contractor must plan and conduct their activities in an environmentally, economically, and fiscally sound, integrated, continuously improving, efficient, sustainable, manner. The contractor shall make product and material acquisitions using EPA s Environmentally Preferable Purchasing guidance (http://www.epa.gov/epp/index.htm) and incorporate the use of environmentally preferable products using EPA s Final Guidance on Environmentally Preferable Purchasing (http://www.epa.gov/epp/pubs/guidance/finalguidance.htm). The contractor shall also use pollution prevention strategies, and appropriately manage the waste streams associated with their activities (e.g. waste minimization, waste material recycling, etc. OTHER CONSIDERATIONS FOR PROPOSAL Furniture delivery not to interfere or disturb operation of the facility. The contractor will coordinate the work of the project with the COR/INTERIOR DESIGNER. Upon delivery of goods, Contractor shall unload at the side entrance of Building 44 and take elevators up to 2nd Floor. Once unloaded truck shall park at rear of facility in contractor parking lot. Final layout to be determined by COR/INTERIOR DESIGNER Contractor will be responsible for containing and removing any rubbish/waste generated by the work. PAYMENT SCHEDULE The contractor will bill on completion and acceptance of the work. NON-PERSONAL SERVICES STATEMENT Contractor employees performing services under this order will be controlled, directed and supervised at all times by management personnel of the contractor. Contractor management will ensure that employees properly comply with the performance work standards outlined in the SOW. Contractor employees will perform their duties independent of, and with occasional supervision of VA COR/INTERIOR DESIGNER. The tasks, duties, and responsibilities set forth in the SOW may not be interpreted or implemented in any manner that results in any contractor creating or modifying Federal policy, obligating the appropriate funds for the United States Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee, or otherwise violating contracting regulations.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/WRJVAMROC/DVAMROC/VA24117Q0120/listing.html)
 
Document(s)
Attachment
 
File Name: VA241-17-Q-0120 VA241-17-Q-0120_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3203281&FileName=VA241-17-Q-0120-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3203281&FileName=VA241-17-Q-0120-001.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: Department of Veterans Affairs;VAMC White River Junction;215 North Main Street;White River Junction VT 05009
Zip Code: 05009
 
Record
SN04367511-W 20170112/170110234028-bae6d7c8ac9e0699133a2bd564c5ab81 (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  © 1994-2020, Loren Data Corp.