SOLICITATION NOTICE
65 -- Intensive Care Unit (ICU) Beds
- Notice Date
- 8/13/2019
- Notice Type
- Combine Synopsis/Solicitation
- 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
- 36C25019Q1080
- Response Due
- 7/10/2019
- Archive Date
- 7/15/2019
- Point of Contact
- Contract Officer
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS Contracting Office Address Department of Veteran Affairs, Network Contracting Office (NCO 10) 8888 Keystone Crossing Ste 1100 Indianapolis, IN 46240 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation RFQ-36C25019Q1080 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-94, 2005-94/01-19-2017. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 750. The proposed contract listed here is Set-aside 100% for Service-Disabled Veteran Owned Small Business (SDVOSB). The base required equipment and service is Stryker InTouch Critical Care Bed produced/manufactured by Stryker. Salient characteristics are listed in the Statement of Work. Responses shall be on an all or none basis. No partial submissions will be accepted. The Government reserves the right to make no award at all. Name Brand or Equal to products are to be provided in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how such item(s) match or exceed the salient characteristics. Correspondence or questions regarding this RFQ must be in writing and may be sent by e-mail to Amanda.Reid1@va.gov. Only written inquires received directly from the offeror are acceptable. Telephone inquiries will NOT be honored. Questions must be received no later than August 19, 2019 at 9:00 A.M. EST. No further questions will be accepted after that date and time. Amendments will be posted answering questions on August 21, 2019 at 12:00 PM EST. You are reminded that representatives from your company SHALL NOT contact any VA Medical Center employees to discuss this RFQ during this RFQ process. All questions and concerns regarding this RFQ shall be directed to the Contracting Officer. The Richard L. Roudebush VA Medical Center, Indianapolis, IN is seeking to purchase 50 Intensive Care Unit (ICU) Hospital Beds with mattresses. All interested companies shall provide a brand name or equal to item quotation for the following: Supplies All items shall be new; refurbished/used items are not acceptable. ITEM# DESCRIPTION QTY UNIT OF ISSUE 2141000000 Stryker Bed InTouch with Zoom motor 60HZ Freq Electric Spec US Std Coiled Power Cord-110V US 50 EA FA64202-TRI Stryker Dual Head End Permanent IV Pol Docker Cable powerwork required 50 EA 2141-24WIFI-EN Stryker 2141 STANDARD MODEL 24WIFI ENG OL270224W-ENG Tube Support 50 EA 2972000000 Stryker ISOLIBRIUM SUPPORT SURFACE - D 50 EA Statement of Work Purpose: 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. Equipment: 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. Quantity: 50 ICU beds have the exact features or equivalent mentioned below: HOSPITAL BED SYSTEM REQUIREMENTS: All replacement beds must meet the following minimum TECHNICAL requirements: Beds must be able to send alerts to the currently in place Rauland Responder 5 Nurse Call Management via wireless transmission or wall pin. The beds must be able to send bed exit alarms, siderail alarms, and bed positioning alarms to the Rauland system. (Rauland Responder 5 is an advanced Nurse Call system that integrates to the leading manufacturers of wireless phones, pagers and Real-Time Locating System (RTLS) and corridor light signaling above the patient s room. This system allows for instant communication with the bed bound patient service needs as well as, notifying the nurse when patient leaves their bed un-assisted. The system is commonly assigned to either a button on the hospital bed and/or part of the bed remote control through wireless connection.) 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 50 beds All replacement beds must meet the following minimum MECHANICAL DESIGN requirements: Minimum patient weight capacity of 550 pounds The maximum bed length must be 90 ; maximum width with siderails up 42 and siderails down 40.5 High height minimal must be: 33 from the floor and a low height minimal: 16 from the floor 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 diameter of 6 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 replacement beds must meet the following minimum MATTRESS QUALITIES and DESIGN requirements: Minimal patient surface area of 35 X 84 No less than a 2-year warrantee on the mattresses; 2 years on mattress cover & and pump Mattress design must be as low as possible to aid in the reduction of potential patient fall risks 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 must be designed with additional support around the perimeter to help support Veteran when sitting on the edge of the bed Delivery: FOB destination. Delivery will be to the Department of Veteran Affairs, Indianapolis VA Warehouse, 2669 Cold Springs Rd, Indianapolis, IN 46222 FAR Provisions: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors must comply with all instructions contained in provision. The following additional provisions apply: Offerors shall provide a written quote with an itemized list of items addressing all the line items. Must provide documentation supporting all Salient Characteristics stating how they are equal to or exact match. Addendum to 52.212-1 52.204-7 System for Award Management 52.204-16 Commercial and Government Entity Code Reporting 52.211-6 Brand name or Equal VAAR Provisions: 852.273-74 Award Without Exchanges End of Addendum to 52.212-1 52.212-2, Evaluation-Commercial Items, Award shall be made to the vendor whose quotation represents the lowest price technically acceptable to the Government after review by the evaluation team. Addendum to 52.212-2 (a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM (provided with the quote), such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items End of Addendum to 52.212-2 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation. SDVOSB and VOSB socio-economic categories must be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via https://www.vip.vetbiz.va.gov/ (VetBiz) prior to award if selected. 52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.204-10, 52.209-6, 52.219-27, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13 VAAR Clauses: 852.203-70 Commercial Advertising (MAY 2008) 852.211-70, Contract Terms and Conditions-Commercial Items applies to this acquisition. 852.215-70 Contract Terms and Conditions-Commercial Items evaluation applies to this acquisition; 852.219-10 VA Notice of Total Service-Disabled Veteran- Owned Small Business Set-Aside (JUL 2016) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 852.247-71 Delivery Location (OCT 2018) Shipment of deliverable items, other than reports, shall be to: Department of Veteran Affairs, Indianapolis VA Warehouse 2669 Cold Springs Rd Indianapolis, IN 46222 QUOTE FORMAT AND SUBMISSION REQUIREMENTS: a. Submission of quotes shall be received no later than 12:00p.m. (EST) on Monday, August 26, 2019, only via email to Amanda Reid, Contracting Officer, Amanda.Reid1@va.gov. Late submissions of quotes will not be evaluated, accepted, or considered for award. b. All vendors must be registered and complete all entries in the System for Award Management (SAM) in order to be considered for award. Potential vendors may register at the following web site: https://www.sam.gov/portal/public/SAM. Offerors must also be listed and verifiably registered in Vetbiz.gov to qualify for this set-aside. c. All Quote submissions must list your DUNS number, CAGE code, Federal TIN with Company name, POC, phone number, and proof that you are an authorized distributor. If you need to obtain or renew a DUNS number or CAGE code, please visit www.sam.gov. Lack of registration in the SAM database will make an offeror ineligible for award. d. All quotes must include detailed description of how the requirements in the Statement of Work are met. If characteristics are not met and you feel your equipment is compatible, you are to provide in your quote how equipment is equivalent and must 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. e. Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter (provided with your quote), or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-AUG-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/InVAMC538/36C25019Q1080/listing.html)
- Place of Performance
- Address: Richard L. Roudebush VA Medical Center;1481 W 10th Street;Indianapolis, IN
- Zip Code: 46202
- Country: USA
- Zip Code: 46202
- Record
- SN05403448-F 20190815/190813230041 (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 |