Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

65 -- ICU Beds with Proning Kit and Service and Preventative Maintenance Base + 4 Option Years

Notice Date
6/1/2022 7:34:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
IHS1452947
 
Response Due
6/9/2022 1:30:00 PM
 
Archive Date
06/24/2022
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # IHS1452947.��Submit only written quotes for this RFQ. This solicitation is BUY INDIAN SMALL BUSINESS SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04.� The associated NAICS code is 811219. This RFQ contains Six (6) Line Item: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 The contractor shall provide three ICU beds with proning kits according to the attached Statement of Work.� 3 EA 0002 BASE YEAR -� ICU beds service and preventative maintenance 3 EA 0003 OPTION YEAR ONE -� ICU beds service and preventative maintenance 3 EA 0004 OPTION YEAR TWO -� ICU beds service and preventative maintenance 3 EA 0005 OPTION YEAR THREE -� ICU beds service and preventative maintenance 3 EA 0006 OPTION YEAR FOUR -� ICU beds service and preventative maintenance 3 EA PERIOD OF PERFORMANCE: 90 DAYS ARO for a Base Plus 4 Option Years Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 06/09/2022 at 4:30 pm CDT� to the Following Point of Contact: Misti Bussell, Purchasing Agent, via Email: misti.bussell@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Best Value (see criteria below) Price will be evaluated on a total award amount. Technical Specifications. The contractor shall submit a sheet of the technical specifications of the beds that meet or exceed the specifications contained herein. Contractor shall submit details on the beds. Delivery Schedule � The contractor shall provide a delivery schedule outlining delivery within 90 days ARO. The contractors shall submit a contingency schedule showing the manufacturing and delivery process to ensure delivery within the 90 days. Past Performance � The contractor shall provide three reference for purchases of like or similar size in dollar value that occurred within the last three years. The references need to address delivery, cooperation with clients, efforts of like or similar requirements. AWARD WILL BE MADE TO THE OFFEROR WHO REPRESENTS THE BEST VALUE This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive. FOB Destination. PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018); FAR 52.212-5 (MAR 2020), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. Statement of Work (SOW) CIH ICU Beds PURPOSE OF THE PROJECT The Claremore Indian Hospital (CIH), Indian Health Services (IHS) has a requirement for new inpatient beds to replace existing beds. These beds will be utilized in the ICU. These beds will allow for better patient outcomes through safety, ease of use, and monitoring features. CIH and IHS� mission and commitment is to raise the physical, mental, social, and spiritual health of American Indians and Alaska Natives to the highest level, and to ensure that comprehensive, culturally acceptable personal and public health services are available and accessible to American Indian and Alaska Native people. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS The contractor shall provide three (3) inpatient hospital beds to Claremore Indian Hospital. ��ICU requires three (3) critical care/ICU beds like or equal to the Hill-Rom Progressa with the following specifications: Overall width of approx. 40.5� Adjustable length with retractable foot section Approx 88� minimum retracted Approx 98� maximum extended Adjustable height: Approx 16.5� minimum Approx 36� maximum Approx articulations: Head section - 0� to 77� Thigh section - 0� to 30� Foot section - 0� to 45� Trendelenburg Position (maximum) - 75� with Chair Egress Reverse Trendelenburg Position Max - 18� Central Locking Caster System Mattress Surface of approx. 35.5� Safe working load of 650 lbs Patient weight approx. maximum of 500 lbs C-Arm Clearance of 7 - 15"" Certified IPX4 Mattress Approx Width � 35.5� Approx Length � 84� Approx Height - 8� Approx Weight � 45lbs Features to be included in ICU� three beds should include: Adjustment to a full chair position with full egress Powered air surface Pressure redistribution to reduce sacral pressure Turn assist Removes heat and moisture from patient to prevent skin breakdown Must meet NFPA 101-2012, Life Safety Code Treatments/therapies included: Continuous Lateral Rotation Therapy Percussion & Vibration Head of bed alarm 3 mode bed exit alarm that alarms in the following situations: When the patient moves towards the side rail or sits up When the patient moves away from the center toward an egress point When the patient starts to stand to get out of the bed Foot controls Emergency CPR Powered transport and controls Permanently attached IV pole System to reduce patient migration when the beds� head position is changed Integrated scale calibrated to meet Joint Commission requirements (both kg/lbs) Battery backup Obstacle detection system Prevents crushed fingers or equipment in the bed frame by automatically stopping movement if detects object Line and cord management Four (4) IV Pole sockets Touchscreen for staff to control the bed movement on BOTH sides of the bed Flip up for easier viewing Has bed controls and basic functionality manual Oxygen tank holder Night light Accessory outlet on bed frame to allow additional devices to be plugged in at bedside Drainage bag holder Patient pendant Integrated TV and lighting controls PERIOD OF PERFORMANCE The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month option years. LEVEL OF EFFORT The contractor shall provide a complete service plan that includes replacement parts and labor plus preventative maintenance for five years from delivery date. Technicians should be manufacturer certified. 24/7 remote support Online documentation Scheduled preventative maintenance at least once a year to maintain TJC standards. OEM parts On-site repairs The contractor shall provide new equipment. This should include all accessories to operate the equipment and features as listed to include, but not limited to: Cables Adapters Mattress Batteries The contractor shall delivery to Claremore Indian Hospital at 101 S Moore, Claremore, OK 74017 with all installation instructions, warranty documents, and specifications. Training:� Contractor shall provide initial in-service training in-person and provide an online resource for continuous training. SPECIAL REQUIREMENTS �In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV DHHS/SE Region � Human Resources, Security Clearance Guidance � Visitors (3/29/12) policy for contract performance period.� Contractor employees will be required to obtain a visitor�s pass upon arrival for services from Facilities Management.- (Security Clearance for on-site human services) The US PHS Claremore Indian Hospital is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service. Security Requirements:� Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies.� The contractor shall be responsible for the security of all organizational information.� Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises.� These regulations include but are not limited to, escort by Claremore Indian Hospital official, presenting valid identification, smoking restriction and any safety procedures. The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital.� Such action(s) could result in violation of the contract and possible legal actions. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government�s designated representative. Termination Amortization Schedule:� A termination amortization schedule shall be included as an attachment of the awarded contract.� If the Government does not exercise any of the options listed in the price / cost schedule, the Government�s not exercising the options will have the same effect as if the Government terminated for convenience.� All remedies afforded to contractor in regards to a termination for convenience shall be available to the contractor. DELIVERABLES AND REPORTING REQUIREMENTS �Delivery:� The contractor will coordinate the delivery, installation and training date with the designated government employee.� The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access.� No deliveries can be made after 4:15pm.� Driver needs a valid ID. Contractor Point of Contact:� The contractor shall furnish one designated point of contact (POC) to the government�s designated representative for coordination of supplies, delivery, and/or maintenance.� The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract. Contractor�s Phone Numbers:� The contractor shall provide a toll-free telephone number for service calls, which must be answered 24/7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES The Government shall supply no property, facilities, and services. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES Required personnel, materials, supplies and equipment:� The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: equipment and shipping. CHANGES TO THE STATEMENT OF WORK (SOW) Any changes to this SOW shall be authorized and approved only through written correspondence from the Contracting Officer.� Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor. 10. DELIVERABLES/PERFORMANCE MATRIX 10.1.��� Delivery was on time and per the SOW:������������������������������� Yes����������������������������� No 10.2.��� Services were performed on time:����������������������������������������� Yes����������������������������� No 10.3.��� Training and support was 24/7 per SOW:����������������������������� Yes����������������������������� No 10.4.��� Issues were addressed in a timely manner:���������������������������� Yes����������������������������� No Department Supervisor Signature:_________________________ Administrative Officer Signature:_________________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bebb7cf9e1924ec3957e7cfa4dc09095/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN06344460-F 20220603/220601230108 (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 |
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.