Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 29, 2019 FBO #6335
SOURCES SOUGHT

65 -- Patient Lifts and Installation in VA Reno CLC

Notice Date
3/27/2019
 
Notice Type
Synopsis
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
36C26119Q0476
 
Response Due
4/3/2019
 
Archive Date
5/3/2019
 
Point of Contact
Philip "Gabe" Caganap
 
Small Business Set-Aside
N/A
 
Description
RFI: 36C26119Q0476 Page 2 of 2 REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 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 Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought 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 can provide the brand name or equal requirement described below. Please note that these requirements are not finalized and is subject to change based on the responses to this RFI. The information identified in the attachments are 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 brand name specifications, or provide alternative solutions. 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: 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), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your DUNS number. Responses to this notice shall be submitted via email to Philip Gabe Caganap at Philip.Caganap2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, April 3, 2018 at 0800 PST (8:00 AM). 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. DESCRIPTION OF REQUIREMENT (DRAFT) Ceiling-mounted patient lifts are needed for the CLC unit and MSU B4. A total of 70 X-Y tracks; 60 X-Y tracks in the CLC resident rooms, 10 X-Y tracks and 2 tracks with bathroom access on B4 unit. CLC also requires to 2 straight track ceiling lifts in main shower room to safely transfer resident from wheelchair to shower chair or large bathtub. Installing ceiling lift in main shower room provides safety to residents and staff, plus provides dignity to residents. One large X-Y track ceiling lift is needed in the physical therapy room to provide safety while promoting early mobility with residents. Essential/significant physical, functional, or performance characteristics. Patient Lift Features Lift Unit Must meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state and local codes. Appropriate documentation should be provided. Must comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods). Must be motorized. Must interface with a hand control for electronic lifting and lowering of patients. Must recharge automatically, by recharging at any location on the rail. Must include electronic soft start and soft stop. Must have a capacity for lifting 650 pounds for standard rooms. Must have a capacity for lifting 1000 pounds for bariatric rooms. Must not beep or flash during normal operation to avoid alarming or disturbing staff and patients. Must be compatible for mounting on existing tracks (where applicable). Must have an emergency stop pull cord that is easily accessible from standing person s height. Must have an emergency patient lowering option to safely lower patients from a standing person s height without use of tools in the event of equipment malfunction. Must be capable of picking patients up off the floor- lifting strap length 96 inches or more. Must have an option for an integrated patient scale with accuracy that meets or exceeds +/- 0.5% at max load. Scale must have a readout in the controller and must not decrease the lifting height of the system. Must have a useful life of 24,000 cycles or greater, PM required no more frequently than 2 years or 5,000 cycles. Must be upgradable to add additional features without buying new cassette(s). Must have capability for displaying data that provides total lift count, total hours, last/next service plus visual alerts for preventative maintenance inspections. Must have two year or better warranty on lifting straps and cassettes. Warranty shall include all travel or shipping associated with any warranty repair. Must accept generic type replacement batteries without voiding any warranties. Must have a wireless interface that connects to the existing VA Wi-Fi network infrastructure. The lift system must have capability to be monitored remotely via web access The system will have the ability to send automatic messages via e-mail or TCP to remote clients. Clients will be inclusive of smart phones, tablets, laptops and PCs. The system will have a Graphical User Interface (GUI) to provide plotting tools, automatic messages pertaining to low or over voltage conditions, service life cycles limits and over current conditions. Ceiling Track System System will have continuous in-track charging. System will have powered rail travel locks controlled by infrared remote control. The system will provide for X-Y traverse positioning in each room. Will be planned so the ceiling lift covers as much of the room as possible (not just over the bed), with a transition to a straight track which goes into the bathroom and over the toilet in identified rooms. Hangar Bars/Accessories System must include a 2-point hanger bar without easily breakable parts such as rubber flaps. Six-point hangar bar must be available for system. Hangar bars must be easily interchangeable without need of tools. Batteries The system will utilize non-proprietary sealed rechargeable lead acid batteries. Batteries provided will have a two-year warranty or better. Warranty shall include all travel or shipping associated with any warranty repair. The system will have visual and audio low battery indicator(s) and display total battery charges and current battery level. Vendor Must allow and warrant the use of their lifts with slings from other manufacturers, including Alpha Modalities and ArjoHuntLeigh. Must provide proof of multiple satisfactory ceiling lift installations of the room covering style with continuous charge in Veterans Administration Hospitals, to be presented with the bid. Must provide proof of ongoing service quality and consistent management, including failure reports and any other applicable documentation, to be presented with the bid. Must not use the installation facility as a beta test site for testing new equipment. Training/Service Vendor to provide certified in-service training for all shifts of direct patient care staff in units where lifts are installed at no additional cost to the Government (up to 10 sessions). This training must include hands-on lift use and be extensive enough to prepare participants to train others. Vendor to provide service maintenance training to Biomedical Engineering personnel. Training to include preventive maintenance, inspections and repairs. Vendor must provide 24/7 telephone service support that is staffed in the US. Planning and Installation Contractor will provide evaluation of spaces where ceiling lifts are needed and submission of plans to VASNHCS Engineering service, to assure that workable versions are installed and comply with VA design requirements and relevant standards. This includes planning and coordination to ensure ceiling lifts work with other ceiling structures, including booms. Contractor will coordinate with Engineering service to verify access to engineering mechanical, HVAC, and fire systems components within the mounting area of the lift units. Contractor will provide a list of all construction or modifications required to install these lifts, to be presented with the bid. The goal is to install around any obstructions without requiring VA to make construction modifications. Contractor will provide all qualified personnel, materials, equipment and services necessary to install ceiling lifts, including lifts, tracks, spreader bars, attachment hardware, and all other equipment necessary for safe operation. Contractor will install and test all lifts to manufacturer specifications and VA checklist requirements. To include all anchor pull testing for lifts attached to the ceiling infrastructure To include calibration/testing of integrated patient scales Must comply with requirement of Patient Safety Alert AL14-07, including the Checklist for Installation and Relocations. Installation checklist must be filled out for each lift in addition to any checklist required by the manufacturer. Contractor will use calibrated weights, traceable to National Institute of Standards (NIST) for testing of lifts with integrated patient scales. Contractor will provide as-built drawings and structural engineering drawings for lift units. Contractor will provide evidence of testing of all lift systems provided. Contractor will mitigate any hazards created by installation, such as ramps over interstitial support beams that create trip hazards. Complete generic identification Track-Mounted Patient Lifts with the following technologies: X-Y track assembly with continuous charging, hanger bars in 2 and 6 point configurations, integrated patient scale and wireless interface to the hospital wireless system. Applicable model/make/catalog number Guldmann GH3+ Lifting Module Manufacturer name Guldmann NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-MAR-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/VANCHCS/VANCHCS/36C26119Q0476/listing.html)
 
Record
SN05262067-F 20190329/190327230025 (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.