SOURCES SOUGHT
65 -- Guldmann Non-Recessed Room Covering Systems (5) w/ installation and removal
- Notice Date
- 8/10/2023 2:56:22 PM
- Notice Type
- Sources Sought
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26023Q0925
- Response Due
- 8/18/2023 2:00:00 PM
- Archive Date
- 09/17/2023
- Point of Contact
- Dane Gift, Contract Specialist, Phone: 360-816-2762
- E-Mail Address
-
dane.gift@va.gov
(dane.gift@va.gov)
- Awardee
- null
- Description
- THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work and Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, Puget Sound VA Health Care System (VAHCS) is conducting market research to identify potential contractor sources which can provide Brand Name or Equal for the following: Five (5) Guldmann, Inc. Non-Recessed Room Covering Systems and related installation service for the Department of Veterans Affairs VISN 20 in accordance with the attached Salient Characteristics and Statement of Work. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached statement of work are invited to respond to this Sources Sought Notice via e-mail to Dane.Gift@VA.Gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Salient Characteristics to include: References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Statement of Work and Salient Characteristics Capability Statement Capability to provide required supplies at VISN 20 in accordance with the Statement of Work and Salient Characteristics NAICS Code 339113 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: Item Qty Guldmann 3M x 3M Non-Recessed Room Covering System - 770lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 Guldmann 3M x 3M Non-Recessed Room Covering System - 550lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 Guldmann 4M x 3M Non-Recessed Room Covering System - 770lbs GH3+ Motor, CLLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 Guldmann 4M x 5M Non-Recessed Room Covering System - 770lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 Guldmann 3M x 3M Non-Recessed Room Covering System - 770lbs GH3+ Motor, CLM, Wi-Fi Capable Scale, and Service. Includes Hanger Bar, 1 Sling, Installation & Clinical Training 1 Salient Characteristics: Lift Unit a. Must meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state, and local codes. Appropriate documentation should be provided. b. Must comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods). c. Must be motorized (optional upgrade). d. Must interface with a hand control for electronic lifting and lowering of patients. f. Must include electronic soft start and soft stop. g. Must have a capacity for lifting up to 770 pounds, depending on Unit need for standard rooms. h. Must not beep or flash during normal operation to avoid alarming or disturbing staff and patients. i. Must have a continuous charge system that allows for the hoist to charge/recharge anywhere on the rail, so lift is always charged and ready for use. j. Must have an emergency stop pull cord that is easily accessible from standing person s height. k. Must have an emergency patient lowering option to safely lower patients from a standing person s height without the use of separate tools in the event of equipment malfunction. l. Must be capable of picking patients up off the floor- lifting strap length 96 inches or more. m. Must have an integrated patient scale with accuracy that meets or exceeds +/- 0.5% at max load. 1. Integrated scale must have a readout in the hand controller and must not decrease the lifting height of the system. n. Must be upgradable to allow for positioning lock of the hoist. o. Must have capability for displaying data in the hand controller that provides time of lift, amount of weight of lift, duration of lift total lift count, total hours, last/next service plus visual alerts for preventative maintenance inspections. p. Must have a three-year warranty on all parts and labor including batteries. Warranty shall include all travel or shipping associated with any warranty repair. q. Must accept the Nickel Metal Hydride (NIMH) battery. r. Must have 15-year average life span. s. Must have a wireless interface that is Wi-Fi ready which would allow for connectivity to the VA s. Network infrastructure 1.The lift system must have capability to be monitored remotely via web access. Hangar Bars/Accessories a. System must include a hanger bar without easily breakable parts such as rubber flaps. b. Hangar bars must be easily interchangeable without need of tools. c. Hanger bars must be compatible with all loop slings that are already purchased to avoid replacement costs at this time. Batteries a. The system will utilize Nickel Metal Hydride (NIMH) batteries. b. Batteries provided will have a three-year warranty. Warranty shall include all travel or shipping associated with any warranty repair. c. The system will have visual and audio low battery indicator(s). Vendor/Manufacturer a. Must provide proof of ongoing service quality and consistent management, including failure reports and any other applicable documentation, to be presented with the bid. b. Provide 3 years of warranty on tracks, installation, motors, and other parts, including the price of parts, labor, and travel, or 10 year purchased option of warranty which includes manufacturer responsibility of repairs and annual PM s. Training/Service a. Vendor to provide certified in-service training for all shifts of direct patient care staff in units where lifts are installed at no additional cost to the Government (up to 10 sessions). This training must include hands-on lift use and be extensive enough to prepare participants to train others. b. Vendor to provide service maintenance training to Biomedical Engineering personnel. Training to include preventive maintenance, inspections, and repairs. c. Vendor must provide localized service support. Planning and Installation a. Contractor will provide all qualified personnel, materials, equipment, and services necessary to install new hoist with conversion trolley, and hanger bar, attachment hardware, and all other equipment necessary for safe operation. b. Contractor will install traverse rail and test all lifts to manufacturer specifications and VA checklist requirements. 1. To include all anchor, pull testing for lifts attached to the ceiling infrastructure 2. To include calibration/testing of integrated patient scales 3. Must be weight tested at 1.5 times the 770 pounds hoist maximum lifting capacity. 4. Contractor will use calibrated weights for testing of lifts. 5. Contractor will provide evidence of testing of all lift systems provided. 6. Contractor will be responsible for the removal and disposal of the existing GH2 model hoist and give a credit back to the VA. Statement of Work 1. Scope of Work Equipment requested for this project must meet specifications as identified in this scope of work and Salient Characteristics. The products specified meet the minimum quality standards for VA Puget Sound Healthcare System. The Contractor shall provide design, procurement, delivery, project management, and installation services. Additionally, the contractor will remove existing ceiling lift equipment 2D-150 in building 100. 2. Work Requirement Work will require a phased approach. Assume installation in 5 imaging suites, install 1 room at one time. The Imaging suites will remain active in the hours outside of construction during this project, thus, accommodating active, urgent, emergent off hour imaging requests will be essential. The contractor shall provide and be responsible for the technical assistance, development and generation of final specifications. Single Point of Contact: Vendor will designate a specific customer service representative, further referred to as CSR, to manage the customer service role locally. Coordinate and provide project management of all products and services to manage, order, ship, receive, deliver, and install equipment from the manufacturer until final acceptance by the VAPSHCS POC. Only include products specified within the Statement of Work and that match exactly the salient characteristics of the equipment specified. Provide maintenance manuals for all products specified. 3. Manufacturing Requirements The manufacturer shall be expected to provide commercial and heath grade equipment. Manufacturer shall meet the design, manufacturing, and warranty requirements as outlined in this Statement of Work and Salient Specifications. Lead time should be within industry standard 6-12 weeks from receipt of order (it is expected that there may be a manufacturing delay due to COVID related issues, please notify POC on updates to expected manufacturing lead times). 4. Delivery The Contractor will be responsible for coordinating delivery of items between all involved parties, including the facility POC, the installers and the manufacturer. Installation will occur at the Seattle campus, building 100 in locations as noted per attached 220901 RCS Floor Plan Patient Lifts.pdf. Shipping and delivery charges must be calculated based on the geographical location in which the product will be delivered and installed. Contractor will be responsible for any additional freight charges incurred due to miscalculations. For the purposes of this scope the Contractor shall plan that there is no available storage on site at Seattle campus. The Contractor shall confine all operations on Government premises to areas authorized or approved by the POC or his/her authorized representative (POC). All installations shall be pre-scheduled with the VA POC a minimum of 2 weeks before the arrival of the equipment. If there are delays on any of the equipment manufacturing or delivery, it must be communicated to the POC via e-mail. All equipment must be installed at the specified locations. The Contractor shall track manufacturing schedule and notify VA POC with updates of estimated completion date by email. New product must not be placed into production without clearance from the VA POC. Delivery dates and times will be identified by the VA POC and coordinated with the contractor and accommodated by manufacturer. Manufacturer to fabricate and ship in accordance with the established schedule. Early and/or unscheduled deliveries will not be accepted. Rescheduling will be at manufacturer s and/or vendor s expense. Contractor s installation team shall be present at time of each delivery to offload equipment in the VA designated location. The facility will not provide staff to assist with this task. Contractor to receive and consolidate all product at their installer s warehouse, check for any shipping damages, and coordinate installation schedules with VA POC. Contractor shall deliver & install at the Seattle Campus, address at: VHA Puget Sound Healthcare System 1660 S Columbian Way, Seattle, WA 98108 Bldg 100, Floor 2 5. Installation Timeframe All items shall be received and consolidated at the installers warehouse. Installation dates shall be pre-scheduled with VA interior designer POC. Installation shall occur no later than February 30, 2024. Duty hours will be within 8:00 am 8:00 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, June 19th, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. (adjusted/modified as needed, approved by the POC/COR/Appointee) 6. Warranty Warranty information provided needs to indicate the length, what is covered, and the usage that warranty covers and must meet or exceed the following criteria: The warranty of an item is to start on the date of acceptance of the products/services by the VA. The Contractor agrees to furnish, without cost to the Government, replacement of all parts and material which are found to be defective during the warranty period. The cost of installation and travel of replacement material and parts shall be borne by the Contractor. 7. General Product Requirements see also Salient Characteristics All finished surfaces shall be free of scratches, mars, dents, or blemishes, and withstand staining, and exhibit to flaking, cracking, or loss or adhesion. Equipment shall have smooth finishes with no hazardous projections, sharp corners, or detail, which can be hazardous and cause personal injury or damage to clothing. Systems to be engineered with a weight rating of 550 1,100 lbs. All products and components will be new; refurbished products will not be accepted. Substitutions of the equipment in the General Requirements section shall not be accepted. It is the responsibility of the Contractor to confirm correct quantities prior to order. 8. Installation Services The Contractor will be required to remove existing patient lifts on the unit as well as install all products solicited under this contract. The installation team will always have a professional appearance and demeanor. Laborers will be uniformly dressed, displaying either a company logo or company name badge on his or her attire. In addition, each installer may be required to display a Visitor ID badge that will be assigned for the duration of the installation for both campuses. All labor is to be furnished by the Contractor and must be appropriately estimated. Installers are to be certified, insured, and comply with facility requirements and regulations. The installation contractor is required to verify and ensure proper installation hardware and tools/machinery are provided for installation. The Contractor will provide ICRA plan to be reviewed and approved by VAPS. The Vendor must provide VAPS a drawing indicating items in the ceiling that must be moved prior to installation of new lift and verify how their product will attach to the VA structural deck. These drawings must be approved by VAPS Facilities Maintenance Department prior to initiating the installation. All work is to be completed with the highest level of craftsmanship and in a safe manner within the allotted time frame. The Contractor is to maintain a clean job site during work hours and properly store materials and supplies at the end of each workday. All dust and debris must be cleaned by the contractor- this includes vacuuming and damp mopping when necessary. Immediately after installation and adjustment, clean all surfaces to remove marks, soil, and foreign matter. At project completion, recheck all components and perform all required additional cleaning. Cleaning equipment and supplies will be the responsibility of the Contractor and will not be provided by the VA Medical Center. At a minimum, the following waste categories shall be diverted from landfills: clean dimensional wood, palette wood, cardboard, and paper packaging. Contractor shall provide the VA with a detailed report of recycled materials prior to final invoice. Contractor is responsible for repair of any damage caused by the Contractor. All packaging material and debris shall be removed from the site and properly disposed of by the Contractor. Any defects in material from installation shall be repaired and damaged products that cannot be satisfactorily repaired shall be replaced. Contractor shall attend a post-installation meeting to assess, address, and document any punch-list items and shall submit to the VA POC a remediation plan within 5 business days from date the installation occurred. Items on the punch list shall be noted and a response for completion time (expected date of completion) of each item shall be provided from the contractor. Coordinate delivery and installation of items with the VA POC. Vendor must provide 2 weeks notice prior to delivery at minimum. The installation shall occur between the hours of 8:00 AM - 8:00 PM. Product to be stored by manufacturer/dealer and be delivered to the VA jobsite when date approved by VA POC. The vendor is to contact the POC to schedule delivery to confirm a date, time, and the location. Protect doors, doorways, and corridor walls use for delivery. All services shall be delivered by certified technicians in accordance with manufacturer s recommended instructions. 9. Acceptance Completed systems are to be load tested prior to acceptance by the facility (stamped drawings). Contractor will correct deficiencies and punch list items within ten (10) business days after identification unless deficiency requires fabrication of replacement parts/pieces in which the time allowance will be increased to thirty (30) calendar days for non-readily available or stock items. Potential contractors shall provide, at a minimum, the following information to Dane.Gift@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UID. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 Surgical Appliance and Supplies Manufacturing. To be considered a small business your company must have fewer than 800 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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 a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. Responses are due by 08/18/2023 5:00 PM EST, to the Point of Contact. Shipping Address: Puget Sound VAHCS 1660 S. Columbian Way Seattle, WA 98108 Point of Contact: Dane Gift Contracting Officer Dane.Gift@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0becdfaaede3488c900b1a0386de4c59/view)
- Place of Performance
- Address: Department of Veterans Affairs Puget Sound VA Health Care System 1660 S. Columbian Way, Seattle 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN06786332-F 20230812/230810230100 (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 |