SOURCES SOUGHT
65 -- Med/Surg Intensive Care Unit (ICU) Beds Esitmate quantity of 50
- Notice Date
- 5/15/2019
- Notice Type
- Synopsis
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 10;8888 Keystone Crossing;Suite 1100;Indianapolis IN 46240
- ZIP Code
- 46240
- Solicitation Number
- 36C25019Q0792
- Response Due
- 5/31/2019
- Archive Date
- 6/5/2019
- Point of Contact
- AMANDA REID
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- This is a SOURCES SOUGHT request for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine the following: The interest and capability of small business, especially service disabled veteran owned small business and veteran owned small business; Whether the business source is a manufacturer or authorized distributor, verified by an authorization letter from the original equipment manufacturer; and Size classification relative to the North American Industry Classification System (NAICS) code 339113 for the proposed acquisition. The Department of Veterans Affairs, Network Contracting Office 10 is seeking potential sources, for a Medical-Surgical Intensive Care Unit Hospital Beds with mattresses, to be provided for the Richard L. Roudebush VA Medical Center, 1481 W 10th Street, Indianapolis, IN 46202. All items shall be new; refurbished/used items are not acceptable. The RLR VAMC plans to replace the facility s ICU hospital beds due to VA requirements to improve patient safety at this facility. Additionally, the present beds are reaching their established, end of cycle life. The RLR VAMC has determined that it is critical that the replacement beds must have been designed and fabricated as a designated, ICU hospital grade bed. Modification/upgrades of beds originally manufactured for other/multi-purposes will not be considered. Equally critical, proposed beds must be able to seamlessly integrate (without the procurement of additional equipment and/or services) into the facility s existing Rauland Responder 5 bed status/monitoring system via WiFi for enhancement of the safety and accountability monitoring of patients at this hospital. The Richard L. Roudebush VA Medical Center (RLR VAMC) seeks to replace 50 Intensive Care Unit (ICU) hospital beds. Quantity: 46 ICU beds have the exact features mentioned below: HOSPITAL BED SYSTEM REQUIREMENTS: All Med/Surg replacement beds must meet the following minimum TECHNICAL requirements: Full feature Integration with Rauland Responder 5 bed status/monitoring system Wireless compatibility to the facility s existing SSID (Service Set Identifier) WiFi network RF Band Requirements: 2.4Ghz, 5Ghz Encryption: AES and TKIP Authentication: WPA/WPA2 Pre-shared Key, PEAP-MSCHAP-V2 Supported Data rates: 802.11b/g: 1-54 Mbps 802.11a: 6-54Mbps 802.11n: MCSO-6 Foot of bed mounted, bed/patient statistics color display monitor w/touch screen adjustment controls (lockable); located in an ergodically appeasing position Designed/incorporated with microclimate management technology, to help redistribute pressure, by automatically adjusting to patient s weight, size/height, as well as help manage heat and moisture with the Veteran s contacted skin Bed position/adjustment communication capabilities (WiFi) Bed integrated visual and audible notification if preset bed parameters have been met (in-compliance), as well as provide notification if changed (WiFi) Bed must be able to monitor patient position in no less than 3 different zones of the mattress area (WiFi) Side rail position communication technology capabilities (WiFi) Patient exit communication technology capabilities; to include an auto-reset (re-arm) feature/technology (WiFi) Patient scale capabilities (WiFi) Bed scale operation must be patient locked and scale operations must be able to weight patient while in any position on the bed. Weights must be able to be locked in Kilogram unit of measure reporting. Scale controls need to be in an ergonomically appeasing location on units Ability to electronically self-diagnose and report operational faults (WiFi) Ability to electronically monitor the beds real-time location within the facility (WiFi) Integrated electronic monitoring of annual maintenance requirements Auditable LOW BATTERY alert notification Therapy Control Unit (TCU) Bed surface comfort adjustment controls Pillow speaker interface capability Pendant control w/integrated TV control capability Comprehensive installation & training package to have beds fully operational, minimally include: vendor driven, initial bed set-up/configuration (including all accessories, monitoring integrations, and programming requirements necessary to have beds fully operational within the requirements of the SOW), training on trouble-shooting procedures & techniques (to include all facility-level required maintenance topics), as well as to provide all necessary technical support to successfully complete WiFi/system integration of all units into the facility s SSID network All required licenses and technical manuals (and/or online access) for year one of ownership; Period of Performance start date effective upon facility s final acceptance of all 46 beds All Med/Surg replacement beds must meet the following minimum MECHANICAL DESIGN requirements: Safely accommodate a patient of 550 pounds or greater Minimal bed length of 95 High height minimal: 33 ; low height minimal: 16 from the floor Minimal clearance under the bed shall be equal to or greater than 4.75 Best compatible with present VAMC patient evacuation devices Compatible with a pressure redistribution style mattress system Option for both manual & automatic steering Height adjustment is required to be automated- no manual pumping will be considered Retractable frame design for both patient safety & safe patient handling Brake pedal must be accessible when bed, or rails are in any position Bed can transport a patient in any high or low position Litter Positioning capabilities: Backrest- 0-70 degrees Knee Gatch 0-15 degrees Trendelenburg/Reverse Trend. +12 degrees Requirement that head of bed must be able to be locked at 30 degrees Minimal caster dimension of 5.5 One Hand (tool less), side rail release; side rails must have at least three positions: full up, intermediate, and full down; must include lockability in all positions (intermediate position for use in entry/exit of bed by patient). Minimum of two patient grip points per rail & position control (release/lockout) on each rail CPR release for bed (accessible from both left side, right side, and foot of the bed) CPR-Ready headboard Oxygen cylinder holder Vertically adjustable headboard height, via automated adjustment Must include: foley bag holders, pump rack, IV pole/stand, and integrated restraint holders All accessories (pump rack, IV pole, etc..) and accessory outlets must not obstruct patient egress points from bed All moving components of the bed including deck joints motor clevis joints, casters etc. are to be self-lubricating and maintenance free Meets ANSI/AAMI 60601-1, 3rd edition standards; ANSI/AAMI 60601-11, and IEC 60601-2-52 3rd edition standards for electrically operated medical beds All Med/Surg replacement beds must meet the following minimum MATTRESS QUALITIES and DESIGN requirements: Minimal patient surface area of 35 X 84 No less than a 10-year warrantee on the mattresses; 3 years on mattress cover & fire barrier sleeves Mattress design must be as low as possible to aid in the reduction of potential Veteran fall risk Pressure redistribution style mattress system Constructed of advanced materials, such as a gel, or other proprietary material(s), to include a moisture wicking, shear management top layer (or similar) encompassing the entire surface area of the mattress Mattress needs be composed of an independent, column supporting design, allowing unrestricted air-flow to the Veteran Mattress must be designed with additional support around the perimeter to help support Veteran when sitting on the edge of the bed All contractors that are interested in meeting this requirement are asked to submit the following information: Company Name Company Address DUNS Number Company POC Name Company POC Phone Company POC Email Business Size/Type under NAICS 339113 GSA Contract Number (if applicable) If proposing equal items, provide detailed documentation showing how the proposed items are equal to the Ultra Clean Systems brand. Additional information: All contractors must be registered with the System for Award Management (SAM) at https://www.sam.gov. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the Vendor Information Pages (VIP) at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. Responses due to Amanda Reid, Contracting Officer, by Friday, May 31, 2019 at 4:00PM est. time. Please e-mail all responses to Amanda.Reid1@va.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-MAY-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/InVAMC538/InVAMC538/36C25019Q0792/listing.html)
- Place of Performance
- Address: DEPARTMENT OF VETERAN AFFAIRS;RICHARD L. ROUDEBUSH VA MEDICAL CENTER;1481 W 10TH STREET;INDIANAPOLIS, IN
- Zip Code: 46202
- Country: USA
- Record
- SN05312196-F 20190517/190515230021 (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 |