SOURCES SOUGHT
65 -- Pegasus Medical Concepts Hygieia CSPS No Touch Storage and Transportation System
- Notice Date
- 12/16/2021 7:35:49 AM
- Notice Type
- Sources Sought
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q0218
- Response Due
- 12/22/2021 9:00:00 AM
- Archive Date
- 02/20/2022
- Point of Contact
- Jennifer Cutshall, Contracting Officer, Phone: 814-943-8164
- E-Mail Address
-
jennifer.cutshall2@va.gov
(jennifer.cutshall2@va.gov)
- Awardee
- null
- Description
- The following is a Sources Sought/Request for Information notice. This posted notice is not a Pre-Solicitation or Solicitation document. The government is not currently soliciting bids, quotes or proposals at this time; however, reserves the right to do so at a later date. The Wilkes Barre VAMC, Wilkes Barre, PA, has a potential BRAND NAME ONLY requirement for a Pegasus Hygieia No Touch Storage and Transport System. Following is a scope of work for the potential project: This requirement includes the Pegasus Medical Concepts Hygieia No Touch Storage and Transport System, delivery, installation and configuration, assembly. The contactor/vendor shall provide all labor, materials, equipment, transportation and supervision necessary. Pegasus Medical Concepts has completed a full consultation providing recommendations including a professional CAD depiction of the department and multiple solutions to address the challenge. These options have been discussed and reviewed with management. Based on a visual count of instrument packs, there are estimated 250 soft packs and 80 hard containers. The solution provided will not only account for existing instrument trays, but also the option for additional/extra storage in the form of additional racks and better workflow. This is possible by incorporating supply racks for smaller wraps and peel packs, while decreasing their footprint and increasing storage capacity or density. Contractor shall: Vendor shall provide all necessary materials, equipment, labor, supervision and management to: (A) coordinate delivery; (B) load and unload; (C) place/install items in designated rooms/locations; (D) assemble items as required; (E) secure as designated; and (F) properly dispose of all associated packing/crating materials outside the VA premises Provide maintenance manuals for all products specified. Vendor shall follow the following VHA Directive for Flu Vaccination and Tuberculosis Screening: (1) VHA Directive 1192 requires all health care personnel (HCP) to participate in the seasonal influenza prevention program and outlines the key implementation steps. Health care personnel is defined in VHA Directive 1192 as all VA licensed and unlicensed, clinical and administrative, paid and unpaid, full- and part-time employees, intermittent employees, fee basis employees, VA contractors, students, researchers, volunteers and trainees who work in VA locations. HCP covered by the policy are expected to receive annual influenza vaccinations. Those HCP unable or unwilling to be vaccinated are required to wear a face mask throughout the influenza season. Masks are available at entrances throughout the medical center. (2) It is the responsibility of the vendor to ensure that all contracted staff are compliant with the requirements outlined in VHA Directive 1192. The contractor shall maintain the following documentation: (a) Documentation of vaccination, e.g. signed record of immunization from a healthcare provider or pharmacy, or a copy of medical records documenting a vaccination. (b) Completed Health Care Personnel Influenza Vaccination Form (Attachment B of VHA Directive 1192) if unwilling or unable to receive the vaccination. (c) Annual certification that all contract staff performing services at VA facilities are in compliance with VHA Directive 1192. This is to be submitted to Technical Point of Contact (POC). Product: This is a brand name only requirement for Pegasus Hygieia CSPS No-Touch Storage and Transport System. Product: 1 F75-U-AL-40-ST HYGIEIA ALUMINUM FRAME STARTER - Qty 13 2 F75-U-AL-40-AD HYGIEIA ALUMINUM FRAME Qty 40 3 FR-BTPLT-U40-AL BOTTOM PLATE - Qty 53 4 BR-U-H-AL BASKET SUPPORT Qty 64 5 B104060 10CM DEEP BASKET Qty 48 6 B204060 20CM DEEP BASKET- Qty 16 7 BSKSTP BASKET STOP (SET)- 128 Sets 8 LBL-HDL-U BASKET/TRAY HANDLE -U TYPE (ABS) Qty 64 9 D1040 40X10 DIVIDER (SHORT) Qty 84 10 D1060 60X10 DIVIDER (LONG) Qty 84 11 D2040 40X20 DIVIDER Qty 8 12 D2060 60X20 DIVIDER (LONG) Qty 8 13 DIVLCKS LOCKS FOR DIVIDERS Qty 200 14 THLDR SUPPORT FOR DIVIDERS Qty 40 15 LBLHLD-CC VINYL LABEL HOLDER (CREDIT CARD SIZE)- Qty 100 16 BBG-MN-RK4-AL ALUMINUM BALL BEARING GLIDE MOUNT Qty 24 PR 17 BBG-RK-U BALL BEARING GLIDE Qty 96 PR 18 SHLF-CNTBED-SS STAINLESS STEEL CONTAINER BED TYPE U Qty 96 EA 19 BR-U-H-AL BASKET SUPPORT (HORIZONTAL) Qty 264 20 NT-SHLF-4060SS 16""X24"" STAINLESS STEEL WIRE SHELF Qty 264 21 NT-SILMAT SILICONE MAT FOR NO TOUCH SYSTEM SHELF Qty 264 22 SLS-U-1640 SALUS OPEN FRAME ALUMINUM CART Qty 5 23 SLS-BR-U BASKET RAIL Qty 50 24 TNAM-244873-4 ANTIMICROBIAL SHELVING UNIT, SHELVES AND POSTS Qty 1 25 F75-U-AL HYGIEIA ALUMINUM FRAME 26""DX75""H U TYPE Qty 1 26 ASSEM-OS RACK ASSEMBLY & BASKET PLACEMENT (ONSITE) Qty 1 EA High Density Open Frame Racks: Aluminum Frame Specs: Aluminum frames shall be constructed from 1.25 thickness square. Rack units should be of the following dimensions 26-1/8 deep by 18 wide by 78 high. Aluminum frames shall be constructed of a completely sealed material with no holes and cleanable system. Have non-marking casters with a minimum diameter of 2.5"". All Units shall have an integrated solid bottom support plate on each rack that do not prevent loss of basket space and provides additional stability, protects supplies against mop splashes. Use support rails or telescopic slides capable of supporting heavy consumable medical supplies (e.g., bags of intravenous [IV] fluid). Racks shall be able to hold up to 9 dividable bins or 9 instrument trays on rollers per section. All Stainless-steel shelves should have 1 drop down sides and rear with color handles in front. (Colors to be determined later by VA staff) Support bins of varying depths constructed of POLYCARBONATE injection molded with the dimensions of 40cm x 60cm (meet ISO Standards). Bins shall be of open design to minimize dust collection. A minimum of three bin heights is required with at least a 2.5 cm difference in height between each size (e.g., 5cm, 10cm, and 20cm). Bins must be machine washable able to withstand PH-neutral and slightly alkaline detergents and disinfectants. The bins must be heat resistance with a max continuous of 70C and max short term of 90C. The maximum load per bin is 40 kg. Adjustable bin levels to maximize storage capacity with adjustments at 6.5 cm. Only horizontal basket rails for maximizing storage capacity will be accepted. The rails should be of the type which will allow for the baskets to be placed on an angle of 30 degrees or more for easy access and enhanced viewing of supplies once the baskets are extended out at full length. Permanently angled baskets are not acceptable as it does not allow for the maximization of storage space (See Pictures Below). Dividers in each bin which can be customized to various lengths and a minimum of 6 compartments. Dividers that lock into the bin to eliminate any divider movement. Modular and spacing easily adaptable to accommodate future inventory growth and/or item proliferation. Will not require any special installation requirements that affect the structure of each supply room, including but not limited to special flooring, wall reinforcement, height of ceiling/clearance, and sprinkler code requirements. All open high-density storage must have a max height of 198cm. Baskets & trays must have Polycarbonate ergonomic grip handles that will accommodate insertable color coded plastic strips on the front of each basket/ tray and should fit securely across the front ledge (lip) of each basket/ tray and shall be easily gripped to assist in the movement of the basket in and out. The colored strips must be exchangeable within the handle but not limited to the 20 different colors chosen later by the end user. Delivery, Assembly, Bin Planning and Vendor Duties: Delivery: All delivery schedules should be coordinated thru facilities in advance. Deliveries are accepted at the Wilkes-Barre VA Warehouse at 1111 East End Boulevard, Wilkes-Barre, PA 18711 Weekdays between 8:00AM and 4:00PM, excluding any Government holidays. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on a Sunday, it is observed on Monday No corrugated boxes are allowed into the facility, if needed then vendor must provide own recyclable dumpster and not limited to overnight parking for such dumpster. Vendor must provide staff onsite upon deliveries to load and offload deliveries. Rack Assembly: All racks will be shipped pre-assembled with baskets installed to avoid storage excess at facility as needed in multiple phases. Vendor trained / certified company installers must be utilized for the product installation and basket planning. Delivery is required 30 days ARO, FOB Destination only, to the following: Department of Veterans Affairs Medical Center 1111 East End Boulevard Wilkes-Barre, PA 18711 Delivery shall be coordinated with the POC, Chief of Sterile Processing Service, Ms. Tami Schiel Room C5-10, 570-824-3521 x27363 Monday through Friday 8AM-4:30PM. Delivery, installation/configuration, and removal of existing shelving must be managed and completed in coordination with VA Standards. No direct deliveries will be accepted by the VA; the vendor must arrange and be present for all deliveries. The VA will turn away any unscheduled deliveries at the vendor s expense. A project manager or project designer and installation foreman must be onsite during installation. For product delivery, the combination freight/passenger elevator is available at no additional charge during normal business hours, which are 8:00am to 4:00pm Monday through Friday. All deliveries are through the loading dock and must be scheduled 2 weeks prior to delivery. The loading dock can be congested at times. For installation, the contractor/vendor is responsible for protecting the floors to and from the elevator and from the elevator to the workspace. Masonite is required for all floors as well as door jamb and corner protection. All transport carts and wheeled equipment must be checked and verified to ensure damage is not made by them. Any damage done to the space must be repaired within 90 days at the vendor s expense. Receive and Unload If the Contractor is unable to complete the assembly and placement of all unloaded items before the end of the workday, the Contractor will be responsible for moving these items to a secure location until the next available work day. The Contractor will be responsible for moving the items from the overnight storage site to its designated position in the building. The Contractor shall verify and inspect all items. Any and all deficiencies (damage/overage/shortage) shall be brought to the attention of the assigned POC in writing, preferably via email, immediately upon identification. The Contractor shall store damaged items in the location designated by the POC. The Contractor shall maintain a complete file of all documents relating to each discrepancy and copies of all Discrepancy Reports shall be forwarded to the POC on a daily basis. Contractor shall repair or coordinate with the POC for replacement of damaged, defective, or missing items Assembly and final acceptance Contractor shall be responsible for all safety and security guidelines within the area in which work is being performed, to include securing any contractor-owned tools or equipment, and any on-site storage being utilized. The contractor shall install all items in accordance with each requirement statement and basic component floorplan designed and provided by the contractor with each task order. Contractor shall uncrate all items received and perform all required assembly in accordance with the manufacturers instructions. Contractor shall prevent its personnel from entering any area other than the designated work area. The Contractor shall maintain a means of egress within all designated work areas to comply with fire codes. Contractor shall inspect to ensure that the product(s) is free of surface dirt, clean and polished, free of defects, and that the installation is complete and ready for use. The Contractor shall do a final walkthrough with POC and provide a punch list before releasing crew for the day. Jobsite Cleanliness Contractor will be responsible for the removal and disposal of all trash/debris connected with uncrating and assembling all items installed under this contract. Final Acceptance by the Government will not occur until all installed items have been wiped cleaned and debris/dust connected with installation is removed from the VA site. Recyclable cardboard products shall be disposed of in accordance with applicable statutes, in respective containers. The contractor is responsible for providing trash containers at an offsite facility. Packing materials will not be stored in the buildings for any period exceeding 24 hours. The Contractor shall ensure its personnel eat or drink only in designated areas. Personal trash (food wrappers, drink containers, etc.) shall be removed from the site on a daily basis by the Contractor. Responses to this notice shall include: Company Name Address Point of Contact Phone Number Email Address DUNS Number CAGE Code Tax ID Number ** Note: In accordance with the U.S. Supreme Court decision regarding Kingdomware, service-disabled veteran owned (SDVOSB) and veteran owned (VOSB), who are interested in this procurement and consider themselves to have the resources and capabilities necessary to provide these services shall be verified in VetBiz Registry as follows to be considered: http://www.vip.vetbiz.gov/. Please provide answers to all questions below regarding your firm s Socio-Economic status pursuant to North American Industrial Classification Code (NAICS) 337215: 1. Is your business a small business under NAICS 337215? YES NO_____ 2. Is your firm a Veteran-Owned Small Business? YES NO _______ Is your firm a Service-Disabled Veteran-Owned Small Business? YES NO ________ 4. Is you firm a certified HUB Zone firm? YES NO _______ 5. Is your firm a Woman Owned business? YES NO _______ 6. Is your firm a Large Business? YES NO _________ 7. Do you have a GSA/FSS schedule for these items? YES ______ NO _______ Schedule Number: _______________ Expiration Date: __________________ Please provide a capability statement as well as any relevant literature addressing your organization s ability to supply the required items. Also, please include a point of contact name, phone number and email address. Note: Questions regarding this notice should be addressed to Jennifer Cutshall via email only. NO PHONE CALLS WILL BE ACCEPTED REGARDING THIS REQUIREMENT. Please submit all responses to this notice to: Jennifer Cutshall, Contracting Officer Jennifer.Cutshall2@va.gov Responses to this Sources Sought Notice are required by no later than Wednesday, December 22, 2021 at 12:00 PM EST.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/89240308b0c54d799063b1d1a569423a/view)
- Place of Performance
- Address: Department of Veterans Affairs Wilkes Barre VA Medical Center 1111 East End Blvd., Wilkes Barre 18711, USA
- Zip Code: 18711
- Country: USA
- Zip Code: 18711
- Record
- SN06199782-F 20211218/211216230121 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |