SOURCES SOUGHT
65 -- Arjo Maxi Move Patient Lift (Brand Name Only)
- Notice Date
- 7/1/2022 7:48:23 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0740
- Response Due
- 7/5/2022 7:00:00 AM
- Archive Date
- 08/04/2022
- Point of Contact
- Rachael Hallock, Contract Specialist, Phone: (304) 263-0811 ext.2033
- E-Mail Address
-
Rachael.Hallock@va.gov
(Rachael.Hallock@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Tuesday, July 5, 2022 at 10:00 AM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 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 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 3339112. 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 5 Network Contracting Office, is seeking sources that can provide Arjo Maxi Move Patient Lifts (brand name only) for the Baltimore VAMC, Baltimore MD. Needed Items: ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 6.00 EA __________________ __________________ KMCLUN-D, 336324, LIFT FLOOR MOVE MAXI W/SCALE 500LB CAPACITY MEDIUM POWERED LOCAL STOCK NUMBER: KMCLUN-D See Statement of Need below. The information identified above is 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 specifications. 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. 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: (1) 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. (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Rachael.Hallock@va.gov.. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, July 5, 2022 at 10:00 AM EST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Statement of Need Arjo Maxi Move Patient Lifts Background The Baltimore VA Medical Healthcare System is seeking (6) patient lifts be utilized in E. Baltimore County, Loch Raven, Fort Meade, Glen Burnie, Perry Point and Baltimore Outpatient Clinical Care areas. Currently there are no patient lifts located within 6 Community Based Outpatient Clinics to aide in the event of a patient fall. The lifts must be motorized with an integrated scaled that functions up to its full capacity. The lifts will allow the patient to be stable while lifting, with a powered dynamic positioning system that enables the patient to be repositioned minimizing the need for manual handling. This allows the individual providing care the opportunity to maintain control throughout the lift and transfer process, ensuring the safety of the patient. Project Scope Floor lifts will be utilized in 6 of A&ECCC Outpatient Clinical Care areas. Lifts are needed for safe patient handling and to assist if a patient falls or in the event of an emergency. Salient Characteristics Seeking (6) brand name ARJO Maxi Move patient lifts with the following characteristics: Lift is fully assembled, and factory tested and includes battery powered chassis and four (4) point hanger bar. Includes two (2) batteries and battery charger. One (1) battery in lift, other in charger. Unit can be utilized 24 hours a day, with no need to plug into wall for charging. Optional electronic scale for easy and accurate weighing. Reads pounds and kilos, single button operation, automatic zero. Liquid crystal display, waterproof touch pad, low battery indicator. Maxi Move scale read out integrated in hand control with auto zero with weight lock function and last weight memory recall. Scale meets Class 3 medical grade standards for weigh accuracy. Model Version: Model Maxi Move with scale, standard castors, and powered DPS Lift battery operated. Battery discharge indicator displays state of battery power-battery discharge. Read-out in hand control Batteries to be sealed lead acid 24 volt. Audible low battery warning alarm. 500 lb. capacity. Power chassis width to be 28 ¼ closed and 45 3/4 completely opened. Simple push button operation to open and close base. Base opens one leg at a time for ideal transfer positioning with difficult transfers. Lift to have Power Dynamic Positioning System (DPS) which allows patient to be positioned in chair/bed from floor without manually manipulating patient. Power Positioning does not require separate battery to operate which works off of main battery of lift. Remote hand control with screen display to operate lifting, lowering, and power chassis. Includes scale, battery discharge indicator, and service indicator icons. Hand control is back-lite to allow readout of functions in dark environments. Hand control operates power DPS for positioning of patient/resident. Complete set duplicate operating controls on the mast column to operate lift if required and for safety back up of functions. Emergency lowering lever retracts into mast for storage. Emergency lowering for lowering patient in the event of hand control, secondary control failure or power failure. No tools or battery power necessary to operate emergency lowering. Power emergency cut off (Red-Off/Green-On) button on column to eliminate unauthorized use. Power Dynamic Positioning System has 4-point attachment of sling; two at shoulders and two at the thigh. Maxi Move has combi attachment for quick change of hanger bar without use of tools to stretcher 4-point loop style hanger bars to integrate with loop style slings, repositioning slings and walking vests for ambulation of patients. Patient/resident can be rotated 360 degrees for optimal positioning during transfer. Telescoping pillar has vertical lift stroke. Center of lift hook up point remains the same during raising and lowering allowing easier floor pick up and transfers from bed when raised in high position. SVS (Stable Vertical Lifting) design allows for ridged sling spreader bar minimizing swing and sway of patient when in lift. Ergonomic steering handles attached to mast. Limit switches at top and bottom of pillar to shut off motor. Anti-crush safety shut-off switch in the event unit comes in contact with patient or chair/bed. Limit switches prevent unit from lowering should it come in contact with objects or resident. Unit stops in place and will not free fall when moved away from obstacles. Sleep Mode automatic shut-down system after two minutes of inactivity to conserve battery power to maximize battery life. Service timer displays hours and minutes of usage for scheduling service intervals. Lift Specifications 51 3/4 stroke length. For easy floor transfer to bed, and bed to chair transfers. Capable of lifting persons from floor without having to lift person s head or back to attach sling. Low friction castors with rear wheel locking brakes which prevent wheels from turning or rotating. Chassis and frame unit to be electrostatic epoxy coated steel tubing and molded plastic parts. Sling material to machine washable polyester body contoured sling with reinforced full head support, back, leg, and attachment areas. Removable plastic head stays, color-coded outer seam for size identification. Slings to have positive locking clips for attachment to tilting frame. Slings attach at shoulder height and inside thigh for maximum comfort and security to hold patient in normal anatomical position. Short hook up points minimize swing and sway of patient in combination with DPS hanger bar. Sling size pie chart to be labeled on hanger bar. Different sling types available: toileting sling, mesh sling and amputee sling, and Flite disposable slings. Sizes available XXS-XXL. Slings color-coded for size identification. User Instruction Summary located on pillar for quick reference. Vendor must have local sales and service. Technician Certification Training on-site available. One-year warranty covers all parts and labor. The metal frame and/or structure on all ArjoHuntleigh patient lifts are warranted to be free of manufacturer s defects for five (5) years from the date of shipment. This warranty coverage includes chassis, mast tubing, jib, metal handles, metal lifting arm, spreader bars, metal attachments, and all metal welds. Service maintenance agreements available with complete coverage of parts, labor travel including scheduled preventative maintenance. ArjoHuntleigh Maxi Move or equal. UL60601-1 listed and tested. Meets ISO 10535 Patient Hoist International Standards Must have FDA approval. Manufacturer must be ISO 9001 certified. Delivery Location Baltimore VA Medical Center Warehouse 10 North Greene Street Baltimore, MD 21201
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e661b447b9c14ca681707b2bf3adb7f9/view)
- Place of Performance
- Address: Baltimore VAMC 10 North Greene Street, Baltimore, MD 21201-1524, USA
- Zip Code: 21201-1524
- Country: USA
- Zip Code: 21201-1524
- Record
- SN06377209-F 20220703/220701230100 (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 |