Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 26, 2018 FBO #6120
DOCUMENT

71 -- VA NJ HCS Stryker Secure 3 MedSurg Hospital Bed System - Attachment

Notice Date
8/24/2018
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 2;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
36C24218Q9609
 
Response Due
8/31/2018
 
Archive Date
9/10/2018
 
Point of Contact
John M Norway
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
FedBizOpps Combined Synopsis/Solicitation Notice * * * * * * * CLASSIFICATION CODE SUBJECT CONTRACTING OFFICE'S ZIP-CODE SOLICITATION NUMBER RESPONSE DATE (MM-DD-YYYY) ARCHIVE DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS SET-ASIDE NAICS CODE CONTRACTING OFFICE ADDRESS POINT OF CONTACT (POC Information Automatically Filled from User Profile Unless Entered) DESCRIPTION * See Attachment AGENCY'S URL URL DESCRIPTION AGENCY CONTACT'S EMAIL ADDRESS EMAIL DESCRIPTION ADDRESS POSTAL CODE COUNTRY ADDITIONAL INFORMATION GENERAL INFORMATION PLACE OF PERFORMANCE * = Required Field FedBizOpps Combined Synopsis/Solicitation Notice Rev. March 2010 71 VA New Jersey HCS Stryker MedSurg Hospital Bed System Request for Quotation 10468-3904 36C24218Q9609 08-31-2018 30 N 14 339113 Department of Veterans Affairs Network Contracting Office 2 James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx NY 10468-3904 John M. Norway John.Norway@va.gov (914) 737-4400 ext. 2052 East Orange NJ VAMC Warehouse 385 Tremont Avenue East Orange, NJ 07018 USA john.norway@va.gov john.norway@va.gov Attachment 2: Combined Synopsis/Solicitation for Commercial Items Template VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 10 of 10 Original Date: 10/12/17 Page 10 of 10 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24218Q9609 Posted Date: August 24, 2018 Original Response Date: August 31, 2018 Current Response Date: August 31, 2018 Product or Service Code: 6530 Set Aside (SDVOSB/VOSB): SDVOSB NAICS Code: 339113 Contracting Office Address Department of Veterans Affairs, Network Contracting Office 2, James J. Peters VA Medical Center, 130 West Kingsbridge Road, Bronx, NY 10468-3904 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-103 dated July 26, 2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees. The VA Northport VAMC is seeking to purchase the Brand-Name Only, Stryker Secure 3 MedSurg Hospital Bed System. All interested companies shall provide quotations for the following: Supplies 1 Product #2861000025 Syk Air Pump W/SRFC 115V Cord B 6 EA 2 Product #286000000 Isoflex LAL 2860 - Required in Vendor s Quote System for Mattress 38 EA 3 Product #286000020 Isoflex LAL W BX 84 W Option CVR Mattress 38 EA 4 Product #3005S3E S3 EX - 3005 Product #30059992143 Standard Bed 38 EA 5 Product #3006320050 110V Outlet 38 EA 6 Product #3005999103 Scale/Bed Exit Zone CTL Bed 38 EA 7 Product #3005999201 Option IBed Aware SCL BE ZC Product #30005314012 Headwall with Stryker Pendant Port Product #3002999046 Chaperone Bed Exit High Siren 38 EA 8 Product #3002999065 1 Stryker Pendant Port 38 EA 9 Product #3006315011 Pendant Motion / Nurse Call 38 EA 10 Product #3006999016 S/R W/NC GF CC 38 EA 11 Product #3005999452 Hardrock Maple 38 EA 12 Product #300633000 Adapter Frame Assembly 38 EA 13 Product #3006150000 Upright Bottle Holder 38 EA 14 Product #3001338010 IV Pole - Removable Product #3005999500 SOS Mattress on Separate Line Product #7777772100 STD 1 Yr. Parts/Labor/Travel Product #3002999170 Packaging Unboxed Product #30022999171 PCKG Unboxed with Mattress Product #9999999998 Docker Cables Paperwork Required Product #300199104 P103 1/4 Stereo Plug Product #3005109001 3005 S3 Operations Manual DOM 38 EA 15 Product #3006700047 Lit Bed Extender with Matt - White 4 EA Place of Performance Address: VA New Jersey Health Care System East Orange Campus 385 Tremont Avenue East Orange, NJ Postal Code: 07018 Country: UNITED STATES Award shall be made to the quoter whose quotation is the lowest price technically acceptable (LPTA). The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items [OCT 2015] FAR 52.212-3, Offerors Representations and Certifications Commercial Items [OCT 2014] Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items [MAY 2015] FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [NOV 2015] All quoters shall submit the following: quote, verification of updated online FAR 52.212-3 Offerors Representations and Certifications Commercial items. All quotations shall be sent to the Contract Specialist, John Norway, at John.Norway@va.gov by the posted closing date. This is an open-market, brand-name only SDVOSB Set-Aside combined synopsis / solicitation for products as listed under the paragraph titled Supplies above.    The government intends to award a purchase order from this combined synopsis / solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than August 31, 2018 at John.Norway@va.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All quotes will be forwarded via email. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, John Norway, at John.Norway@va.gov. Point of Contact John Norway, work phone number (914) 737-4400 ext. 20152 DEPARTMENT OF VETERANS AFFAIRS Justification and Approval (J&A) For Other Than Full and Open Competition (>SAT) Contracting Activity: Department of Veterans Affairs, VISN 02, New Jersey Healthcare System, East Orange Medical Center; Network Contracting Office 2, 800 Poly Place, Brooklyn, NY 11209. Purchase Stryker LLC, Medical Surgical Hospital Bed Systems. Nature and/or Description of the Action Being Processed: This request is for the purchase of Stryker LLC, brand name only, Stryker Secure 3 MedSurg Bed System. This is a commercial item and specifically FAR 13.501 Special Documentation Requirements applies, where acquisitions conducted under Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6, but still require a justification using the format of FAR 6.303-2. Description of Supplies/Services Required to Meet the Agency s Needs: This brand name only, only one responsible source, justification requirement is based on East Orange Campus s decision to standardize medical bed and specialty mattress systems currently utilized in facility (in use on unit since February 2013) to maintain the highest possible standards of care insuring that care givers can provide consistent protocols when they consistently use the same safe patient handling features. Salient Features: Bed Frame must meet minimum technical requirements: Bed must have retractable Frame design and required to retract up to but not exceed 14 inches when head of bed is fully elevated. Meet Requirement: A retractable frame design help to keep patient in place when the head of bed is raised/lowered, reducing the need for caregivers to boost and lift patient while head of bed is articulated to reduce foot end migration which is alignment with EOVA's safe patient handling initiative and no lift policy. **Stryker Exclusive Bed frame must have patient monitoring system equipped with 3 zones. Alarm controls on the foot board will be required with this function. Meet Requirement: Stryker's patented center of gravity based chaperone bed exit system with zone control (3 zones) is located on the foot board of the bed located away from patient reach to prevent patient from disarming safety feature. **Stryker Exclusive Bed frame must have Safe Bed monitoring system that monitors specific bed positions - (bed exit alarm status, 30 Degree head of bed, side rail position, low bed height, and brake settings). A digital display that illustrates compromised safety parameters located on footboard will be required for his function. Meet Requirement: Stryker iBed Awareness monitoring system alerts caregiver not only that a condition has changed but specifically which parameter needs immediate attention located on a digital display on the footboard. This helps keep the bed in a safe position for the patient which mitigates risk for adverse events and promotes proper healing for the patient. This feature is also in alignment with EOVA's falls policy. **Stryker Exclusive Bed frame must be equipped with bed motion controls located on both side rails and main controls located on footboard to keep key functions away from patient reach. Meet Requirement: Secure 3 bed frame is equipped with bed motion lockout, bed alarm button, and scale located on main controls at the footboard, away from patient reach to prohibit patient from reaching said functions and altering caregiver bed settings and disarming safety features which can help prevent adverse events from occurring. Bed Frame must be equipped with a minimum of two sturdy grip points for patient to utilize during bed exit with 3 positions (full up, full down, and middle position). Meet Requirement: Two sturdy grip points allow patient to use own body strength to safely exit bed, taking stress and strain off caregiver by reducing the need for caregiver to physically lift patient. This feature is in alignment with EOVA no lift policy to promote caregiver safety and safe patient handling. **Stryker Exclusive Bed frame must have the ability to weigh patient in any position and is required to store previously recorded weights. Exceeds Requirement- Secure 3 will weigh patients in any position and can store up to 10 weights to monitor a patient's weight gain/loss for better accuracy of caregiver documentation. **Stryker Exclusive Bed frame must have pressure sensitive downward motion interrupt system. Meet Requirement Bed frame must be equipped with 30 degree Head of Bed function with Head of Bed lock to increase accuracy of set protocol. Exceeds Requirement: Secure 3 offers a one ­ touch 30 degree head of bed button with lock out for increase accuracy of clinical intervention. Secure 3, 30 degree lock feature will allow patient to articulate fowler above 30 degrees, just not below to ensure clinical accuracy for said protocol when lock out is engaged. **Stryker Exclusive Bed frame must have digital fowler angle indicator located on footboard control panel. Meet Requirement Bed frame must have central braking system with wide brake pedal located at the center of the bed for easy access. Exceeds Requirement: Allows caregiver to access brake pedal from both sides of the bed frame even when the bed is in the lowest position and side rails are lowered reducing unnecessary strain while accessing brake pedal. Stryker's central brake is 15' wide which is the biggest brake among leading competitors. **Stryker Exclusive Bed frame must have integrated pump holder. Meet Requirement: This feature is necessary to provide location for external mattress/SCD pumps to hang to reduce bedside clutter. Bed Frame must have Trend/Reverse Trend capabilities. Meet Requirement Bed Frame must have Cardiac chair position. Meet Requirement Each bed must have an emergency cardiopulmonary resuscitation (CPR) release at the head of the bed. Meet Requirement Each bed must have removable headboard and footboard for improved patient access. Meet Requirement Bed must have permanent 1.V pole attached to bed frame. Meet Requirement Each bed is required to have adapter Bracket to accommodate patient helper. Meet Requirement The bed frame must have ability to lengthen up to but not exceed 94" in length to accommodate tall patients. Meet Requirement. **Stryker Exclusive The bed is required to have safe working load not to exceed 500 lbs. weight capacity with required capability clearly marked on the frame. Meet Requirement Bed frame must have held patient pendant including motion controls with one handed operation. Meet Requirement Bed frame must have built in (2) 110v accessory outlets. Meet Requirement Night light is required for bed frame. Meet Requirement Bed frame must have dual Pedestal lift design for easy cleaning for infection control. Meet Requirement Bed frame is required to have steer control located at the head of bed for easy access for transporter. Meet Requirement Bed frame must have four Foley bag hooks. Meet Requirement Bed is required to have open architecture design-flat litter deck to accommodate various mattresses. Meet Requirement Mattress must meet minimum technical requirements: Mattress is required to have gel technology for pressure ulcer treatment and prevention. Meet Requirement: Gel will move freely with the patient to help minimize shear forces at the interface between the surface and the patient preventing pressure ulcers from developing associated with shear/friction. **Stryker Exclusive Mattress must have sacral gel support located in the sacral region. Meet Requirement: Sacral gel helps to redistributes pressure by buckling and absorbing the patient's weight, allowing immersion and envelopment to take place which helps to prevent pressure ulcers associated with pressure, helping to improve patient outcomes and promote proper healing. **Stryker Exclusive Mattress must have 10 year warranty. Meet Requirement: A ten year warranty will ensure longevity and durability of the mattress and lower the cost of ownership with durable gel design. **Stryker Exclusive Mattress must have ability to administer Low Air Loss Therapy. Meet Requirement: Low air loss therapy is vital for managing the heat and humidity of the patient's skin. This therapy helps to prevent pressure ulcers from developing associated with moisture. Mattress dimensions must be: 84" long, 35" wide, 6" thick. Meet Requirement Mattress must have foam crib and base provide stability and lateral support. Meet Requirement Demonstration that the Contractor s Unique Qualifications or Nature of the Acquisition Requires the Use of the Authority Cited Above (applicability of authority): The facility recently acquired beds and mattress systems with these aforementioned salient characteristics from the listed source, Stryker. The East Orange Campus has a requirement to standardize with existing medical bed systems currently utilized in facility, to maintain the highest possible standards of care so that care givers can provide consistent protocols, when they consistently use the same safe patient handling features. The recent Fiscal Year 2017 acquisition of this same Stryker bed system must coordinate with the additional acquisition of this request meeting the design requirements and standardization throughout the facility. The facility must also maintain consistency in operations and training allowing current personnel the ability to effective train new personnel if needed. Limiting confusion with multiple bed systems will maintain safety of both caregiver and patient, and Safe Patient Handling protocols state that it is best to continue operations with uniform equipment versus trying to learn multiple systems. In addition, the time required for training VA personnel on a different bed system will not be necessary. The new work is a logical follow-on to an award placed in Fiscal Year 2017 with Trillamed, an SDVOSB Stryker, LLC authorized vendor for this exact same hospital bed system. To mix manufacturers/models of beds would require multiple service contracts, extensive operator s training for our Nursing staff, cleaning instructions for the Housekeeping staff and preventative maintence training for our FMS staff. All of the aforementioned would be at considerable cost to the VA. Salient features listed above justify the brand name request for procurement of Stryker Secure 3 MedSurg Bed. Accordingly, Stryker is the only firm capable of providing the supplies described in Section 3. above without the Veteran s Health Administration experiencing substantial duplication of cost that could not be expected to be recovered through competition. 5. Any Other Facts Supporting the Use of Other than Full and Open Competition: East Orange VAMC seeks to attain consistency in use of one style of hospital bed system equipment. If a new style of equipment was brought into the facility additional training to teach personnel how to use it would be needed. Confusion could cause a safety issue and it is best to continue the standard equipment from one source with the same type operation versus trying to learn multiple operations. In addition, the time required for training VA personnel on a different bed system will not be necessary. This results in a cost savings from not having productivity/time expended on additional training.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/36C24218Q9609/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24218Q9609 36C24218Q9609_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559180&FileName=36C24218Q9609-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4559180&FileName=36C24218Q9609-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05056033-W 20180826/180824231639-28e5606db59e57a183ea5d61131dbdc5 (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.