Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2023 SAM #7732
SOURCES SOUGHT

65 -- Stryker Prime Electric Big Wheel Stretchers Note: This is not a request for quotes This is a brand name only requirement

Notice Date
1/26/2023 3:29:24 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25523Q0147
 
Response Due
2/7/2023 6:00:00 AM
 
Archive Date
05/08/2023
 
Point of Contact
Mickeya Linzie, Contracting Officer, Phone: (913) 946-1967
 
E-Mail Address
mickeya.linzie@va.gov
(mickeya.linzie@va.gov)
 
Awardee
null
 
Description
This Sources Sought Notice is for planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, or as an obligation on the part of the Government to acquire any products and/or services. Your response to this Sources Sought Notice will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise because of contractor submission of responses to this announcement or the Government use of such information. This request does not constitute a solicitation for proposals or the authority to enter negotiations to award a contract. No funds have been authorized, appropriated, or received for this effort. The information provided may be used by the Department of Veterans Affairs in developing its acquisition approach, statement of work/statement of objectives and performance specifications. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information submitted in response to this Sources Sought Notice. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this Sources Sought Notice in accordance with (IAW) FAR Part 15.201(e). The purpose of this Sources Sought Notice announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the products and/or services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) Company Name; (b) Address; (c) Point of Contact; (d) Phone, Fax, and Email; (e) UEI Number; (f) Cage Code; (g) Tax ID Number; (h) Type of Small Business, e.g., Services Disabled Veteran Owned Small Business, Veteran Owned Small business, 8(a), HUBZone, Women Owned Small Business, Small Disadvantaged Business, or Small Business HUBZone business, etc.; (i) State if your business has an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed below and provide the contract number; and (j) Must provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor for the work described below. Requirement: The VA Heartland Network 15 Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide Stryker Prime Electric Big Wheel Stretchers for the VA St. Louis Health Care System, located in St. Louis, Missouri. Please see Statement of Requirement for more specifics and details. The North American Industry Classification System Code (NAICS Code) is 339112 (Surgical and Medical Instrument Manufacturing), size standard 1,000 Employees. Based on this information, please indicate whether your company would be a Large or Small Business and have a socio-economic designation as a Small Business, VOSB or SDVOSB. Important Information: The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to an acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Currently a total set-aside for Service-Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act. However, if response by Service-Disabled Veteran Owned Small Business firms proves inadequate, an alternate set-aside or full and open may be used. Responses to this notice shall be submitted via email to Mickeya Linzie at mickeya.linzie@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, February 7, 2023, at 8:00AM CST. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Statement of Requirement VA Saint Louis Health Care System Objective The VA Saint Louis Health Care System intends to procure twelve (12) Stryker Prime Electric Big Wheel Stretchers for its GI Service to replace decommissioned Stryker stretchers. This is a brand name only requirement. This document highlights the technical specifications and services being requested by the facility for consideration towards purchase of the units. Vendors under this proposal shall provide all equipment and accessories, installation services, and project management support. Equipment Specifications Requirements Twelve (12) Stryker Prime Electric Big Wheel Stretchers Electric powered base & lift 700 lbs weight capacity Patient comfort controls on siderails 4 sided brake & steering control Integrated pump rank Dual end siderail release Pop-up push handles at head end Chaperone stretcher exit alarm & scale Stretcher support surface; 30 wide + fire retardant cover Headend and footend cover Ease of use and maintenance Vendor coverage of replacement parts & labor for up to 2 years System functionality Units to be used for patient transportation for procedures performed by GI Service Software Vendor shall ensure all software operating on the device provided is supported by the original manufacturer at time of delivery. For example, vendor shall not provide VA Saint Louis a device utilizing the Windows XP or Windows 7 operating system as they are no longer Microsoft supported. Proprietary software systems are acceptable so long as vendor supports the version provided to VA Saint Louis and it is the newest version at time of delivery. Access to all software shall be provided to VA Saint Louis in situations where re-installation is necessary. Software shall be provided to VA Saint Louis with unlimited perpetual licensing for the supported life of the device. In cases where vendor insists on utilizing a licensing fee model this should be noted in the bid provided for VA Saint Louis consideration. Network Security The vendor is required to fill out the five attached VA Security Forms if their equipment can be connected to the VA network. If these forms are not completed and submitted with the bid package the vendor can be disqualified from the bidding process. Cerner Compatibility All vendors providing a bid to this requirement shall provide a Cerner compatibility statement from the OEM of the equipment that they are proposing to the VA Saint Louis Health Care System. This statement will include an OEM attestation that the product proposed is Cerner verified and provide a list of healthcare organizations that have deployed the project with the Cerner EHR. The statement will also include any relevant information as to what data can be transmitted to Cerner. This statement will be dated within 60 days of the quote being provided to ensure it is recent and accurate. The statement will provide an OEM point of contact who can be reached to further discuss any questions or concerns over Cerner compatibility. If the device/system being proposed does not connect to the network or medical record the vendor shall note this in their proposal. Vendor bids that do not include a Cerner compatibility statement directly from the OEM will be discarded from consideration. Installation and Assembly Vendor shall be responsible for assembly and installation of systems after notification from VA Saint Louis Biomedical Engineering that it has been delivered to station. Installation shall include implementation and testing of all purchased interfaces to VA electronic systems in coordination with Clinical Staff, Biomedical Engineering staff, O&IT staff, and others identified as needed. Install shall include unboxing and transportation of equipment to final use location. Assembly and install shall occur within 30 days of delivery to station. Vendor shall provide all necessary accessories, cables, adaptors, etc. to deliver a fully functional clinical device. Training Vendor shall provide on-site clinical/applications training for relevant VA Saint Louis staff members. Vendor shall provide introductory system/maintenance training to VA Saint Louis Biomedical Engineering staff during installation. Vendor shall include all costs for travel to provide this training in their proposal. Vendor shall coordinate all installation and training dates with VA Saint Louis specified Biomedical Engineering POC who will communicate internally with clinical staff. Warranty and Service Service and Operator Manuals The vendor shall provide the following documentation for the proposed system: Two (2) copies of operator's instruction manuals per unit purchased Two (2) copies of complete technical service manuals including detailed troubleshooting guides, necessary diagnostic software, service keys, schematic diagrams, parts lists, and any other resources available to the manufacturer s service technicians. Two (2) copies of a system manager s manual outlining back-up procedures, managing privilege group limits, routine tasks, etc. Warranty The system, all accessories, and all software shall be covered under the manufacturer s warranty and shall include all parts and labor for at least one year following acceptance by the VAMC. A manufacturer s factory-trained Field Service Engineer shall perform installation and maintenance during the warranty period. The warranty period shall not begin until after the VA Saint Louis Biomedical Engineering POC has accepted the products delivery, installation, and functionality. The warranty shall include all manufacturer recommended Preventive Maintenance procedures for its duration. All available software updates and security patches will be made available to the VA Saint Louis during the warranty period. Vendor shall provide response to applications and technical calls within 8 hours. Vendor shall ship replacement parts within 48 hours of identifying necessity by VA Saint Louis Biomedical Engineering staff. Other Features Value added features in the vendor s proposal that will be considered include but are not limited to: Options for Trade-in of existing equipment shall be proposed in bid package Extended Warranty options shall be outlined in bid package Service and Biomedical training options shall be outlined in bid package Options for this training should include all registration, travel, and lodging costs when possible Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 3:30 PM Central Standard Time excluding national holidays. Vendor on-site visits will be coordinated with the VA Saint Louis Biomedical Engineering POC before being scheduled or conducted. Vendor representatives will check in with the VA Saint Louis Biomedical Engineering POC when they arrive on-site and check out upon completion of work each day. All services shall be performed during normal hours unless otherwise scheduled with the VA Saint Louis Biomedical Engineering POC. Vendor staff shall always be professional and shall take all necessary precautions to maintain a safe environment for the occupants. This includes, as necessary, coordinating access and closures for sensitive areas of the Medical Center. Vendor shall be responsible for cleaning all work areas after completion of tasks. This includes removal of packaging and a clean sweep/mop of the area as required by work type. Vendor staff shall minimize noise as much as possible while working in all buildings. Vendor is responsible for providing all PPE necessary for their work. Note: Hardware/software update/upgrade installations, where applicable, may be scheduled and performed outside normal hours of coverage at no additional charge to the Government (unless it would be detrimental to equipment up-time; to be determined by the VA Saint Louis Biomedical Engineering POC). Federal Holidays observed by VA Saint Louis are: New Year s Day Labor Day Martin Luther King Day Columbus Day President s Day Veterans Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Delivery Vendor shall deliver purchased equipment within 45 business days of receiving completed Contracting package from the VISN 15 Contracting Officer. If delivery delays occur vendor shall notify the Contracting Officer and the VA Saint Louis Biomedical Engineering POC. Delivery will be to one of the two VA Saint Louis Health Care System main campuses. Vendor shall coordinate exact delivery location with the Contracting Officer and VA Saint Louis Biomedical Engineering POC at the time of the purchase. Vendor will ensure that equipment is sent to the Attention of Biomedical Engineering and will include the VA Saint Louis PO Number on the shipping label. Delivery of oversized, palletized orders or orders that contain a large number of components will be coordinated with VA Saint Louis Biomedical Engineering POC who will communicate internally with Warehouse Staff. VA Saint Louis Health Care System Delivery Locations: John Cochran 915 North Grand Blvd Saint Louis, MO 63106 ATTN: Biomedical Engineering PO Number for Order Jefferson Barracks 1 Jefferson Barracks Drive St. Louis, MO 63125 ATTN: Biomedical Engineering PO Number for Order
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a5fd396451b5414bb8ca3494e6dd6943/view)
 
Place of Performance
Address: Department of Veterans Affairs VA St. Louis Health Care System, USA
Country: USA
 
Record
SN06575026-F 20230128/230126230112 (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.