DOCUMENT
65 -- Copy of OVERHEAD PATIENT LIFTS - Attachment
- Notice Date
- 8/1/2017
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Central California Healthcare System;2615 E Clinton Ave;McClellan CA 95652-1012
- ZIP Code
- 95652-1012
- Solicitation Number
- VA26117N0884
- Response Due
- 8/7/2017
- Archive Date
- 8/22/2017
- Point of Contact
- Barbara Sentieri
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY, AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 750 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 21 Network Contracting Office, is seeking sources that, for standardization purposes, can provide Guldmann Patient Lifts which also meet the minimum salient characteristics listed below. VASNHS requires 2 lift design solutions for differing Safe Working Load (SWL) requirements. These will be considered as Standard and Bariatric lifts. The SWL for those lifts considered as Standard must be 770 lbs. The SWL for those considered as Bariatric must 1,100 lbs. These lifts must consist of a motor directly mounted on a permanently installed rail system in the ceiling of each room. Solutions where the motor is mounted directly to a sling and/or spreader bar and hoisted up and down relative to the ceiling rail will not be accepted. Regulatory Requirements: The proposed lift systems must be FDA 510 (k) cleared. All lifts must meet requirements for ISO 10535 and be either UL or CE certified. Any devices pending FDA or VA National Center for Patient Safety corrective action or recall will not be accepted. Room Transitions: Specific rooms will require that the lift system carry a patient from a bedroom to a separate and adjacent bathroom. Transfers between rooms, to include bathrooms, must take place with a single lift motor. Solutions where two motor systems transition a load through a shared spreader-bar or sling from one system to the other will not be accepted. The transitions must occur using the same lifting system into which the patient was originally anchored at the start of the lift sequence. User and Maintenance Interface: Lifts must give clear and specific feedback to indicate what exact fault or alert has occurred: current limiter or overload alerts must be unique from low battery, overheat, or any other system alert. Each of these signals must be unique, distinguishable from one another, and must be outlined in the User and Service Manuals. Controls must allow for lift operation from a hand control to accommodate a variance in user height and lifting scenarios. This hand control can be tethered to the lift with a connecting cable. Rail Requirements: A new set of permanently fixed rail systems must be installed for use with the proposed lift system. This will include replacement of any structural support that is currently utilized with the currently installed lifting systems. The newly installed rail infrastructure will meet all VA and Las Vegas, NV construction and seismic requirements. Rails must provide continuous charging to the lift motors regardless of lift location on the track. Solutions with a single charging location will not be accepted. Each room equipped with a lift system will include both a lateral and transverse component of motion in order to create a full X-Y plane of room coverage unless otherwise specified. This coverage will allow for effective patient transport to commodes, and, in some cases, transfer into a separate bathroom adjacent to the patient room. Emergency Stop and Lowering: Baseline specifications related to the lift s emergency stop are outlined in ISO 10535. In addition to these requirements, VASNHS requires that no downward drift is exhibited after the activation of the emergency stop function. Specifically, it is not permissible that a load (or patient) rise or descend at all while operating within the SWL. Any deviation from this requirement is considered by VASNHS to be a safety risk. The emergency stop and emergency lowering functions must be accessible from the ground level by the operator and require no tools or ladder to operate. The operator must be able to initiate and cease the lowering function at will. Duty Cycle: Lift motors must be able to support periods of extended use and load, especially for scenarios of wound changing, bathing, transferring, physical therapy sessions, bedding changes, etc. For these reasons, the capabilities of the motor must not be limited by a programmed duty cycle. No lift designs that incorporate a programmed Duty Cycle to compensate for motor overheating/overworking will be accepted. The lift must be able to work continuously within the Safe Working Load. The information identified above is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: 1. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Small Business, Large Business, etc. 2. Is your company considered small under the NAICS code identified under this RFI? 3. Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or of the equivalent product/solution)? 4. What is the manufacturing country of origin of these items? 5. If you are a small business, and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered, assembled, and or modified. 6. Does your company have a Federal Supply Schedule (FSS) contract with GSA or the NAC, or are you a contract holder with NASA SEWP or any other federal contract? 7. If you are a FSS, GSA/NAC, or NASA SEWP contract holder, or other federal contract holder, are the referenced items/solutions available on your schedule/contract? If so, please provide the contract type and number. 8. Optional - Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. 9. Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Barbara.Sentieri@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, August 4, 2017 at 10 a.m. Pacific. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. Responses to this notice are not a request to be added to a prospective bidders list, or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FrVAMC570/FrVAMC570/VA26117N0884/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-N-0884 VA261-17-N-0884 - Pt Lifts - Sources Sought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3702067&FileName=VA261-17-N-0884-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3702067&FileName=VA261-17-N-0884-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-N-0884 VA261-17-N-0884 - Pt Lifts - Sources Sought.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3702067&FileName=VA261-17-N-0884-000.docx)
- Place of Performance
- Address: VA Southern Nevada Healthcare System;6900 North Pecos Rd;Las Vegas, NV
- Zip Code: 89086
- Zip Code: 89086
- Record
- SN04607267-W 20170803/170801232459-b10bf179ef142c26ff6df64349624604 (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 |