Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 08, 2019 FBO #6286
SOURCES SOUGHT

W -- VISN 12 Specialty Beds Follow-On

Notice Date
2/6/2019
 
Notice Type
Synopsis
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Great Lakes Acquisition Center (GLAC);115 S 84th Street, Suite 101;Milwaukee WI 53214-1476
 
ZIP Code
53214-1476
 
Solicitation Number
36C25219Q0344
 
Response Due
2/11/2019
 
Archive Date
2/26/2019
 
Point of Contact
414-844-4895
 
Small Business Set-Aside
N/A
 
Description
Page 5 of 5 SOURCES SOUGHT SYNOPSIS VIN 12 SPECIALTY BEDS RENTAL The Department of Veterans Affairs, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in, and the resources to support, a requirement for specialty beds and accessories for VISN 12 (Veterans Integrated Service Network) located in Southern Wisconsin and Northern Illinois. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339113 Surgical Appliance and Supplies Manufacturing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals/quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. Contractors must provide all pertinent information to the POC for consideration by the Contracting Officer (CO). Failure to submit sufficient information for the CO to ascertain contractor capabilities is the full responsibility of the contractor. The CO will not be responsible to engage with any contractor(s) for additional information before making a determination of procurement method. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the listed supplies and services are invited to submit a response to this Sources Sought Notice by 4 PM CST on February 11, 2019. All responses under this Sources Sought Notice must be emailed to parris.weidenbach@va.gov. SCOPE OF WORK: Contractor must provide all equipment, tools, and initial labor to provide for rental of inpatient beds, mattress, and accessories for six (6) VAH/VAMC affiliated with VISN 12, including all inpatient requirements of the facility and the requirements of the Spinal Cord Injury Units and Community Living Centers located at the facilities. The contractor would be responsible to provide delivery, set-up, maintenance/service/repair and pick-up of all items. PERIOD OF PERFORMANCE: Possibility of a base with up to four, one-year option periods or a 5-year ordering period. 1. Schedule of Supplies/Services A. HOURS OF SERVICE: Normal hours of service will be 24 hours a day, 7 days a week B. DELIVERY and PICK-UP TIME REQUIREMENTS: Contractor must have a procedure in place to accept orders 24 hours a day, 7 days a week. Contractor must be able to deliver non-critical items within 24 hours of receipt of order. All items must be removed from the facility within 24 hours of call for pick-up. The contractor shall deliver critical items within 12 hours of receipt of order. C. RESPONSE TIME TO SERVICE CALLS: Contractor must offer telephone support service 24 hours a day, 7 days a week. The contractor s response time on a service call starts when a verbal request to the contractor for a service call or a written request is received by the contractor requesting a service call, whichever is earlier. During normal working hours: Within 1-hour of official notification to verbal or written requests for service, the contractor shall e-mail a response to the COR acknowledging receipt of service call. COR e-mail addresses will be provided at time of award. Offeror shall have a service technician onsite within 24-hours of initial notification. Service Technician shall proceed to complete service without undue delay. The contractor shall repair or replace the rental equipment within 24-hours after the verbal or written request for the service call. For Critical items, the contractor shall respond to verbal requests for service calls as described in previous paragraph and shall repair the equipment within 12 hours. D. UNSCHEDULED MAINTENANCE: Contractor shall maintain the equipment in accordance with the manufacturer specifications. Repair service shall be provided to diagnose and correct equipment malfunctions. Repair shall consist of returning a failed component or system to full operational capacity. Repair service includes, but is not limited to calibration, cleaning, adjusting, replacing parts, and intervening service calls necessary before or after regular services. All required parts and labor will be furnished by the contractor. E. PREVENTIVE MAINTENANCE: i. The contractor is responsible for all preventive maintenance service to ensure that each item furnished under the resulting BPA is delivered in fully operational condition. 2. EQUIPMENT LOCATIONS: VISN 12 facility locations are: Jesse Brown VA Medical Center, 820 S Damen Ave, Chicago, IL 60612 VA ILLIANA Health Care System, 1900 E. Main Street, Danville, IL 61832-5198 Lovell Federal Health Care Center (FHCC), 3001 Green Bay Rd., North Chicago, IL 60064 Edward Hines Jr. VA Hospital, 5000 S 5th Ave, Hines, IL 60141 Wm. S Middleton VA Hospital, 2500 Overlook Terrace, Madison, WI 53705 Clement J Zablocki VA Medical Center, 5000 W National Ave, Milwaukee, WI 53295 The contractor must be able to geographically support the equipment delivery, maintenance and pick-up throughout VISN 12 without mileage restrictions. MINIMUM TECHNICAL SPECIFICATIONS FOR THE PROPOSED BEDS CLIN 0001: Standard Bed/Unit requirements: 1. Solid frame (no springs) 2. Completely electric (115 volt) and adjustable position 3. Retractable foot mechanism to assist with length adjustment 4. Safety features that alarms to power failures 5. Height requirement Frame lowers to within 6 inches of the floor 6. Width requirement minimum of 36 inches 7. Length requirement minimum of 76 inches capable of expanding to 86 inches 8. Patient Weight requirement up to 500 pounds CLIN 0002: Standard Size Bed for the Intensive Care Unit (ICU) requirements: 1. All requirements of Standard Bed/Unit (CLIN 0001) 2. Capability to house adjustable type IV poles that will support IV pumps and bags 3. Capability to accommodate a low air loss type surface/mattress 4. Built in weight scale CLIN 0003: Bariatric Size Bed/Unit for Standard and Intensive Care Units (ICU) requirements: 1. Solid frame (no springs) 2. Completely electric (115 volt) and adjustable position 3. Built-in scale 4. Adjustable head rest 5. Capability to accommodate a low air loss surface 6. Accommodate full trapeze provided by contractor to hold up to 1,000 lbs 7. Retractable foot mechanism to assist with length adjustment 8. Safety features that alarms to power failures 9. Main power shut off switch in the event of an emergency 10. Height requirement - Frame lowers to within 6 inches of the floor 11. Width requirement minimum of 36 inches capable of expanding to 48 inches 12. Length requirement minimum of 76 inches capable of expanding to 86 inches 13. Patient weight requirement up to 1,000 pounds CLIN 0004: Air Fluidized Therapy Unit WITH adjustable Head Rest requirements: 1. Heated beads 2. Adjustable (raise/lower) Head Rest 3. Prevent/treat Stage I, II, and complicated Stage III/IV pressure ulcers 4. Have a height adjusting mechanism to allow the unit to be lowered and raised 5. Width requirement minimum of 42 inches 6. Length requirement minimum of 84 inches 7. Patient weight requirement up to 500 pounds CLIN 0005: Air Fluidized Therapy Unit WITHOUT adjustable Head Rest requirements: 1. Heated beads 2. Prevent/treat Stage I, II, and complicated Stage III/IV pressure ulcers 3. Have a height adjusting mechanism to allow the unit to be lowered and raised 4. Width requirement minimum of 42 inches 5. Length requirement minimum of 84 inches 6. Patient weight requirement up to 500 pounds CLIN 0006: Low Air Loss Surface mattress requirements: 1. Surface capable of bile placed directly on a hospital bed frame 2. A pressure redistribution-type surface/system 3. Ability to protect and decrease pressure, shear, friction and control moisture 4. Continuous lateral rotation therapy functionality 5. Percussion and vibration functionality 6. Prevent/treat Stage I, II, and uncomplicated Stage III/IV pressure ulcers 7. Providing alternating pressure 8. All surfaces/mattresses must attend to microclimate management 9. Width requirement to fit standard or bariatric bed frame 10. Length requirement to fit standard or bariatric bed frame 11. Patient weight requirement minimum of 350 lbs (standard bed) 12. Patient weight requirement minimum of 1,000 lbs (bariatric bed) CLIN 0007: Foam Type surface/mattress requirements: 1. Foam base must be at least 2.5 inches 2. Surface capable of being placed directly on a hospital bed frame 3. Prevent/treat Stage I, II, and uncomplicated Stage III/IV pressure ulcers 4. Width requirement to fit standard or bariatric bed frame 5. Length requirement to fit standard or bariatric bed frame 6. Patient weight requirement minimum of 350 lbs (standard bed) 7. Patient weight requirement minimum of 1,000 lbs (bariatric bed) CLIN 0008: Fluid Immersion Simulation Therapy STANDARD Size requirements: 1. Be able to accommodate by existing bed frames in the medical centers 2. Width requirement to fit standard bed frame 3. Length requirement to fit standard bed frame 4. Patient weight requirement minimum patient weight of 350 lbs CLIN 0009: Fluid Immersion Simulation Therapy BARIATRIC requirements: 1. Be able to accommodate by existing bed frames in the medical centers 2. Support bariatric patients with advance stage wounds, multiple pressure ulcers, flaps, skin grafts, and burns 3. Width requirement to bariatric bed frame 4. Length requirement to bariatric bed frame 5. Patient weight requirement minimum of 1,000 lbs CLIN 0010: Trapeze Unit for Bariatric bed requirements (CLIN 0003): 1. Must hold up to 1,000 lbs patient weight 2. Must be made specifically for bed unit rented CLIN 0011: Bariatric Walker 1. Patient weight requirement minimum of 500 lbs CLIN 0012: Bariatric Wheelchair 1. Patient weight requirement minimum of 500 lbs CLIN 0013: Bariatric Shower/Commode chair 1. Patient weight requirement minimum of 500 lbs NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAGLHS/VAGLHCS/36C25219Q0344/listing.html)
 
Record
SN05214110-F 20190208/190206230026 (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.