Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2017 FBO #5669
DOCUMENT

65 -- hospital beds - Attachment

Notice Date
5/30/2017
 
Notice Type
Attachment
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0507
 
Response Due
6/16/2017
 
Archive Date
6/21/2017
 
Point of Contact
Shawnta Butler Ignacio
 
E-Mail Address
SHAWNTA.BUTLERIGNACIO@VA.GOV
(shawnta.butlerignacio@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Solicitation is issued as a Request for Quotes (RFQ). This solicitation is being conducted under FAR Part 13 Simplified Acquisition Procedures (SAP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 effective July 14, 2016. This requirement is a Firm Fixed Price and only qualified respondents may submit quotes. Questions Due Date: 6/12/2017 12:00 PM PT Quote Due Date: 6/16/2017 12:00 PM PT This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 issued and effective July 14, 2016. This solicitation VA258-17-Q-0501 is issued as a request for quote (RFQ). The North American Industry Classification System Code (NAICS) for this procurement is 339999 Miscellaneous Manufacturing. This RFQ is being issued as a Small business set a-side under NAICS Code 339999 Miscellaneous Manufacturing, with a small business standard of 500 employees. Any Award Made as a Result of this Solicitation will be made on an All or Nothing Basis based on Lowest Price Technically Acceptable. Vendors must submit quotes in accordance with the solicitation shown here as an attachment and all associated documents. FOB Destination is in accordance with FAR 52.247-49 And VAAR SAM Requirement: This solicitation requires registration with the System for Award Management (SAM), pursuant to applicable regulations and guidelines. Registration must be complete by end date/time of solicitation or vendor may be found unresponsive, information can be found at www.sam.gov Additionally, all Service Disabled Veteran Owned Businesses who respond to this solicitation must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov by the end date/time of this solicitation. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The following VAAR clauses are to be incorporated by reference: 852.203-70, Commercial Advertising; 852.232-72, Electronic Submission of Payment Requests; 852.246-71, Inspection; The full text of the referenced VAAR clauses may be accessed electronically at http://www.va.gov/oal/library/vaar/. In addition, the following information is required for your quote to be considered: Estimated delivery time (ARO): Complete company name and address: Company Point of Contact: Email -Phone Number: DUNS Number: Please Add your name/company to interested vendors for this solicitation Submission of Quotes: Submit quotation and all supporting documentation to Shawnta Butler Ignacio by email shawnta.butlerignacio@va.gov no later than 12:00pm Pacific Standard Time June 16, 2017. Only requests submitted electronically to the above address will be considered. Mailed in or physically submitted documents will not be accepted for this solicitation. Please feel free to contact by email if you have any questions Statement of Work Hospital Beds Replacement Phoenix Veterans Administration Health Care Services 650 E. Indian School Road Phoenix, AZ 85012 Equipment Request #: 644-470-17-00001 POC: James Monigold ext 5550 CC: Tiffany Jennings, AO/PCS ext 6158 1. Statement of Work 1.1 Introduction to Required Specifications Purpose: The purpose of this Statement of Work (SOW) is to outline the technical specifications and responsibilities of the awarded Vendor, in relation to the provision, integration, and implementation of a complete hospital bed replacement in the inpatient acute, CLC, spinal cord injury clinic, and excess in the basement at the Phoenix VA Health Care System. The Phoenix VA shall require removal of the existing hospital beds in the aforementioned locations, and installation and implementation of the new replacement beds. The Vendor shall provide all necessary tools, equipment/hardware, installation, maintenance, warranty, and training in accordance with this SOW. Primary Goals: The facility s primary goals are to achieve standardization, enhancement of patient safety, standardized/improvement safety protocols, enhanced patient data reports and record capabilities, reduction in labor, and overall improvement of patient care. In addition, these beds will replace existing beds that are at end of life, expand the capacity and capability of current clinical workflow, improve patient safety and handling, increased patient satisfaction, and provide consistent and reliable end user experience at point of care. Equipment: All equipment shall be new, state of the art, and not recertified nor refurbished. Industry Standards: Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for hospital beds, supplies, related services, and the most recent International Standards set by the IEC (IEC 60601-2-52). Definitions Hospital Bed: A bed specially designed for hospitalized patients or others in need of some form of health care. These beds have special features both for the comfort and well-being of the patient and for the convenience of health care workers. Common features include adjustable height for the entire bed, the head, and the feet, adjustable side rails, and electronic buttons to operate both the bed and other nearby electronic devices. These beds are for medical surgical care appropriate for the use in long term and acute areas. Hospital Mattress: A mattress specially designed for hospitalized patients or others in need of some form of health care. These mattresses have special features both for the comfort and well-being of the patient and for the convenience of health care workers. Common features include a therapeutic surface, pressure redistribution, shear management, moisture management, deep zipper flap, waterproof seams, delamination protection, fits bed frames 80-84, has nonskid bottom and or straps to secure to bed frame, ability to support 500 pound weight, ability to use for High risk up to Stage IV pressure ulcers, 10 year warranty, and full or prorated replacement availability. These mattresses are for medical surgical care appropriate for the use in long term and acute areas. Hardware/Software Hospital Bed The hospital bed shall meet or exceed all technical specifications listed below: Must support minimum weight capacity of 500 lbs. Must have maximum bed frame weight of 500 pounds Must have a battery back-up with battery power indicator. Must have a power status indicator, indicating power source (AC Wall power), and battery only. Must have a battery back-up with battery power indicator. Must have 4 casters with central brake. Must have dual castors for ease of transport. Must have corner bumpers to protect bed frame and facility walls/doorways Must have a flat mattress deck for standard mattress compatibility, and compatibility with the PVAHCS current Evacusleds. Must have a maximum mattress deck height of 11 in the low position (addresses fall risk). Must have a siderail height of 16 for maximum patient safety (from mattress deck to the top of the rail). Must have a minimum clearance height of 6 (below the bed) to allow access for under-bed tables and lift equipment Must not have horizontal or lateral movement of bed mattress deck. Must have audible bed exit alarms and foot of bed visual sidelight indicators. The sidelight indicators must be color coded for bed alarm settings or siderail configuration changes. The bed exit alarm must have minimum 3 sensitivity levels i.e. out of bed, perimeter of bed, and patient sitting. The bed exit alarm must have minimum of 3 volume status (low, medium, high). Must have capability of an electronic log of all bed exit related events to include a minimum of 5 days. Must have an automatic bed exit alarm reset function for fall prevention, in the event that a staff member forgets to reset. Must have siderails with inner controls for the patient, and outer controls for the staff. Must have footboard with staff controls on an angled surface for ergonomics with an LED display, backlit for ease of reading. Both the siderails and footboard controls must have integrated lockout capability. Must have frame mounted back up controls to prevent loss of bed control in the event footboard removal. Must meet latest norm IEC 60601-2-52 and 60601-2-38. Must have patient remote and removable control with minimum of 4 functions (head up, head down, legs up, and legs down). Must have emergency CPR functions (automatic & manual) with no reset required. Must be able to integrate into existing nurse call system. Must have under bed lighting with minimum two light strength settings. Must have capability to weigh patients to +/- 1% standard deviation of error. Must have steering capability setting for transport. Must operate with standard 120 v. wall power outlet. Must have secured O2 E tank pivoting holder for safety and to allow fitting into elevators, with ability to secure in more than one bed frame corner. Minimum of (2) 120v. auxiliary electrical outlets on frame. Must have electronic positioning ability for both Trendelenburg and reverse Trendelenburg, without hitting headboard against wall (no bed location movement requirement) to prevent wall damage. Must have electronic readouts for bed angles located on footboard. Must have non-laser under bed obstruction sensor to prevent false detection. Must have custom fitted trapeze specifically manufactured for this bed (20% of beds). Bed width must not exceed 41, in order to fit through patient room doorways. Bed length must not exceed 91 (92.5 inches including frame bumpers) in order to fit in all hospital elevators. Must have frame corner/end bumpers for prevention of wall damage. Must have one touch electronic cardiac chair position (efficiency, consistency, ease of use, staff, and patient satisfaction). Must have 30 ° back rest indicator on siderail. Must have minimum of 2 drainage bag holders that are easily accessible on outside perimeter of bed frame (one on each side). Must have minimum of 4 restraint secure points (2 on each side). Must have integrated IV pump holder. Must have ability to secure electrical cord on outside headboard area. Must accept standard flat (not contoured) 35 x 84 hospital mattresses. Must have 4 siderails, 2 upper and 2 lower, with one hand release Must have seamless smooth plastic siderails and food/head boards (no metal, wood or laminate) with no openings for ease of cleaning, aesthetics and infection control. Must be fully electronic for multi-positional, multi-height capability, with articulating back and knee gatch. Siderails must have vertical up/down articulation (not swing outward), with color or light indicator for visual position locking indication/verification. Must have brake status indicator (locked/unlocked). Must have removable deck cover, footboard and headboard for cleaning/replacement. Life expectancy of beds must meet or exceed 10 years. Upper siderail must not extend past the articulation section between the head and middle bed sections when in the rail up position (allows for open area for patient to side enter/exit without a necessary secondary boosting up in bed) Bed frame must have integrated no tools required deck frame and deck plate extension lengthening capability beyond 84 inches to a minimum of 90 inches to accommodate the taller patient. (integrated decking/plate extension to minimize time requirement to shorten bed for fitting into the elevator during emergency transport) Must be compatible with existing facility Evacusleds for emergency evacuation requiring minimal staff lifting over siderails or mattress securing brackets and allow unencumbered Evacusled wheel movement over bed mattress deck with bed frame in extended (beyond 84 inches in length) or un-extended position. Warranty: The Vendor shall provide a minimum warranty of no less than five (5) years for parts and labor for the beds. This warranty will cover the entirety of the bed and all its components and accessories. Hospital Mattress The hospital bed shall meet or exceed all technical specifications listed below: Must support minimum weight capacity of 500 lbs. Must have a therapeutic surface to assist in management of pressure, shear, and microclimate for the patient. Must have ability to redistribute pressure through buckling and absorbing patient weight and allow immersion and envelopment to maintain comfort in all positions on the mattress. Must have a breathable cover that wicks away moisture, equalizes pressure redistribution while balancing the microclimate of the patient s skin Must not conduct heat Must have compatibility with the PVAHCS current Evacusleds. Must have a maximum mattress height of 6 for easy ingress and egress of patients. Must allow for a side rail height of 16 for maximum patient safety (from mattress deck to the top of the rail). Must have a nonskid bottom surface or straps to secure to bed frame. Must fit selected hospital bed frame of 84x35 (LXW) Must have firm edges to prevent collapsing for sitting on side of bed and support weight during ingress and egress. Must have delamination protection. Must waterproof seams Must have a deep zipper flap Must be latex free Must have a 40 degree full body turn capability for assistance with early mobility and prevention of pulmonary complications Must have sensor technology for automatic adjustment of pressure for patient weight, height, position changes, and bed frame articulation changes Must meet US flammability standards: 16CFR1632, 16CFR1633, CAL TB129, Boston BFD IX-11. Must have bleach tolerant cover for cleaning Must have ability to add pump for Low Air Loss option Life expectancy of mattresses must meet or exceed 10 years with availability of full or prorated replacement prior to expiration of warranty. Warranty: The Vendor shall provide a minimum warranty of ten (10) years for parts and labor for the mattresses. This warranty will cover the entirety of the mattress and all its components and accessories. Installation Considerations Vendor shall provide all materials, labor, and travel needed for installation of the mattresses. Vendor will work during normal business hours or as directed by the facility upon award. Services shall include removal and disposal of all mattresses needing replacement. Vendor shall comply with all VA mandated and local permitted/safety requirements User and Service Manuals: The Vendor shall provide to each station at no charge, two (2) completed and unabridged printed copies and one (1) electronic version (CD) of operator manuals, service manuals, electronics schematics, troubleshooting guides, and diagnostic software and tools, and parts lists for each piece of equipment purchased to the Biomedical Engineering department with delivery of equipment. Additionally any upgrades to these documents shall be provided by the Vendor free of charge. These manuals shall include all components and subassemblies, including those not manufacturer by the Vendor. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives, and shall contain the diagnostics codes, commands, and passwords utilized in maintenance, repair, and calibration of the equipment and provided for the life of the system at no additional cost. Licensing Software updates: The Vendor shall provide at no charge, for the lifetime of the device, all routine software updates. All applications software licenses are included in the purchase of the equipment and shall not require a renewal charge for the period of time the equipment is in the use in the facility. Clinical Training: The Vendor shall provide a training program that is coordinated with and timely to the equipment installation, sufficient to the size and scope of the facility s services and minimally equivalent to the terms and conditions for training defined in the Vendor s FSS Contract. Training shall include initial setup and user-training; onsite training for go-live support, and follow-up training as requested. Training will include ongoing customer support after the implementation of the equipment. Biomedical Engineering Training: The Vendor shall provide training of the Biomedical Equipment Support Specialists (Hereafter referred as BESS) during initial setup and operations of the equipment, as well as follow-up training during everyday operation. The Vendor shall provide 24/7 technical customer support service for the duration of the equipment at the facility. The on-site training, following installation completion, shall include product nomenclature, printed circuit board assembly and subassembly identification and location, interpretation and usage of built-in system diagnostics, and the use of the troubleshooting manual. The Vendor shall also provide service seminars at the Vendor s facility tuition-free while the hospital owns the equipment. Support/Maintenance Agreements: Vendor shall provide service/maintenance agreement for 8am-6pm PST coverage and provide 24/7 technical and clinical phone support. Patient Information Privacy and Protection In accordance with Appendix A, Handbook 6500.6 Checklist blocks 6, the C&A requirements do not apply to this requirement, and a Security Accreditation Package is not required. In reference to no. 7 there is no information to be protected. The equipment does not store any PHI/PII/PI, nor are there any hard drives/storage devices to service or remove. The period of performance will be 120 days after receipt of award. 2.3 Delivery and Shipping Information: The vendor shall provide the following for shipment and delivery of equipment: All items and services shall be shipped or contact to the following location: Attention: Susan Wyatt Theresa Nussbaumer 650 E. Indian School Road Phoenix, AZ 85012-1892
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0507/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-Q-0507 VA258-17-Q-0507_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535019&FileName=VA258-17-Q-0507-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3535019&FileName=VA258-17-Q-0507-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04526139-W 20170601/170530235207-026e7a07b35bc757966b0690b7ce0881 (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.