Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
DOCUMENT

65 -- 630-16-3-4306-0138|va243-16-ap-3636|MRI Safe Wheelchair - Attachment

Notice Date
7/25/2016
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24316N0798
 
Response Due
7/29/2016
 
Archive Date
9/27/2016
 
Point of Contact
MICHELLE SYLVA-BROWN
 
E-Mail Address
MICHELLE.SYLVA-BROWN@va.gov
(MICHELLE.SYLVA-BROWN@VA.GOV)
 
Small Business Set-Aside
N/A
 
Description
Please note that this is NOT a request for quotes or proposals, the Government is seeking information for market research purposes only. The Department of Veterans Affairs VA NY Harbor Healthcare System Manhattan Campus, is currently conducting a market survey for qualified firms capable of providing "Magnetic Resonance Imaging (MRI) Suite - Equipment and Supplies" The vendor will be responsible for, but not limited to: Magnetic Resonance Imaging (MRI) Suite - Equipment and Supplies Statement of Work Background (Info about Project) The VA New York Harbor Healthcare System (NYH) is dedicated to providing quality health care to veterans using the abilities of all employees supported by our commitment to education and research. Our key business drivers are quality, financial integrity, patient satisfaction and employee satisfaction. In our efforts to continue providing high quality care to our Veterans, we are seeking to purchase required equipment for our newly renovated MRI Suite. The equipment and or supplies you are providing are for a project that is currently under construction at the Manhattan Campus of the New York Harbor Health Care System located at 423 E 23rd Street, New York, NY. The delivery of equipment and supplies will need to be closely coordinated with the COR and the Medical Staff working at the Campus facility. Currently there are 13 active construction projects that may be on-going at the same time while an active hospital is seeing Veteran Patients, therefore the delivery of the necessary equipment requires a great deal of coordination and may involve more effort than a normal delivery. Objectives: The purpose of this contract is to provide equipment and or supplies necessary to outfit a MRI Suite at the Manhattan Campus. The end-state goal is that this equipment will create a workable space in coordination with equipment supplied by the Contractor as described by a dedicated plan. All products provided by your organization will be used to outfit and enable a MRI Suite to become more functional and provide MRI suite/operations for a Regional Hospital. Sole Source Requirement: Equipment Details (Complete this for each piece of equipment) Item Description: MRI Safe Wheelchair Quantity: 1 Model # Newmatic Medical #WC18D Specification from MRI Equipment Spec Sheet: 18" Wheelchair with Flip-Up Arms and Detachable Footrests Terms of Warranty (Think about parts and then service) : 5yr Warranty on frame under normal use; One year on upholstery Item Description: MRI Safe Wheelchair Bariatric Quantity: 1 Model # Newmatic Medical #WC26 Specification from MRI Equipment Spec Sheet 26" Wheelchair with Detachable Footrests Terms of Warranty (Think about parts and then service): 5yr Warranty on frame under normal use; One year on upholstery Item Description: MRI Safe Crash Carts Quantity: 2 Model # Newmatic Medical #EP6D Specification from MRI Equipment Spec Sheet Emergency Cart Standard 6-Drawer o 30"W x 23.75"D x 45.75"H (68.75"H with fully extended I.V. pole) Terms of Warranty (Think about parts and then service) 12 Year Warranty Item Description: MRI Step Stool Quantity: 2 Model # Newmatic Medical #MCDSS Specification from MRI Equipment Spec Sheet Double Step Stool with 41"H Hand Rails Terms of Warranty (Think about parts and then service) The Contractor warrants that the items will be free from defects from materials and workmanship under normal use for a period of not less described for each equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Contractor shall provide a copy of the written warranty upon acceptance of the equipment. Security & Privacy Control The equipment does not store patient data. Installation: The items requested will not require installation. Special Requirements: None Place of Performance / Place of Delivery The place of performance will be at the VA NY Harbor Healthcare System Manhattan Campus. NY Harbor Healthcare system is comprised of three campuses. This contract will only focus on the needs of the Manhattan Campus. Listed below is the address. NY Harbor Healthcare System: Manhattan Campus 423 East 23rd Street New York, NY 10010 Location: MRI Suite, Bldg 6, 6th floor. Delivery All deliveries must be scheduled and approved jointly through the Contracting Office and the station assigned Contracting Officer Representative. Delivery to the site may currently be hampered by on-going construction that requires the delivery firm to use smaller trucks to deliver items. Our loading dock space is limited and cannot accept trailers greater than 40 ft. and must have an integrated lift capability. Prior coordination with our Engineering, Logistics, the COR, and possibly the CFM and On-Site Contractor staff is required to ensure delivery can be accomplished when required. There are limited FREIGHT elevators available for use from the Ground Floor to other floors, so the Delivering Contractor must make careful plans and coordination as part of his analysis. Since there are so many demands on the Active hospital, all deliveries should be planned for prior to or after normal business hours (Monday - Friday from 8:00am - 4:30pm). Since delivery is difficult, please include the OPTION in your quote for after-hours and/or weekend deliveries. Once the deliveries are complete, please have your Contractor Foreman or Designated representative meet with the Logistics Representative and Designated COR representative to complete the receiving report. This can be done as late as 96 hours post complete delivery or as mutually agreed upon between the Facility and the Contract Vendor. Actual delivery is to be determined and may require multiple partial deliveries. Storage Currently the Manhattan VA has NO storage space - all equipment delivered to the site will need to be coordinated for unloading and if possible instant or within 24 hour at the designated site. Equipment cannot be delivered to the Warehouse or Dock and left or dropped off - the CONTRACTOR must coordinate and plan for transport from the vehicle to the end location. Since the dates of delivery may slip due to the unique nature of Construction, please include a Storage Option in your quote to house the equipment until coordination for delivery is completed. This storage should NOT exceed a 6 month period. Trash/Debris Removal: The VA has limited ability to dispose of trash and that is reserved for Medical use of for the current Construction Agents. The CONTRACTOR is required to remove all trash and debris from the site and clean up any messes, including spills, dirt tracked into the facility, etc which is part of the delivery process. Since this is an active hospital and the Delivery Contractor will be crossing the areas frequented by staff or surgical instruments, the Contractor must make every effort to keep the areas as clean as possible. A physical walk through prior to, during, and the conclusion of the delivery is required between the Delivery Foreman or Representative and the Environmental Management Service (EMS) Representative to check for damage and cleanliness. Facility Protection: The areas that the CONTRACTOR will be delivering equipment will primarily be recently constructed or newly renovated spaces. The Delivery CONTRACTOR must take all appropriate measures to protect the floor, walls, ceilings, and walk ways between the loading dock and other areas where possible. Some of the areas between the loading dock and other areas may intersect where surgical equipment is being moved to surgical areas or where Staff travel through and require cleaning/care to prevent trash, debris, dirt from being co-mingled with the surgical equipment or staff. Priority Right Of Way: The area that the Contractor will be working in is a HOSPITAL with veteran patients. The patients have first priority; the staff has second priority, and the Contractor third priority in terms of use of the hallways and the Freight Elevators. Please factor this into your planning as it may extend your delivery hours, if coordinated during the day time. Also since this is a hospital please instruct your employees to be courteous, avoid the use of foul language, playing of any music players or creating nuisances while in the hospital. ID Badging: If Contract employees are going to be on site for more than 3 days they will be required to obtain IDs through Police Services. This is a lengthy process that requires multiple trips and may NOT clear all potential personnel. Please plan on getting them badged with Police Operations early to determine badging requirements. At a minimum all personnel arriving to work on the site must go through security and provide a current picture ID and the Contractor must provide a list of names who will be working on the site NLT 24 hours prior to the start of work to the Deputy Chief of Police/Operations so that they can be cleared on to the site. Payment: NCO shall determine payment schedule. The North American Industry Classification Systems (NAICS) is 334510 Responses to this notice must be submitted in writing via email at Michelle.Sylva-Brown@va.gov and must be received not later than July 29, 2016, 3:00 pm EST. No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov. The purpose of this notice is to gain knowledge of potential qualified sources and their size classification//socioeconomic status (service-disabled veteran owned small business, veteran owned small business, HUB Zone, 8(a), small business or large business), relative to NAICS 334510. Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice should include company/individual name, a service capability statement, examples of similar facilities for which you have provided services to, DUNS number, address, point of contact and social-economic category (ex: SBVOSB, VOSB, 8(a), HUBZone, WOSB, EDWOSB, Small Business). If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). Contractor must be registered in System for Award Management (SAM), formerly CCR (see internet site: http://www.sam.gov). Responses to this notice must be submitted in writing via email at Michelle.Sylva-Brown@va.gov and received not later than July 29, 2016, 3:00 pm EST. All interested parties must respond to any related solicitation announcement separately from the responses to this announcement. Email: Michelle.Sylva-Brown@va.gov No telephone inquiries will be accepted. Interested firms should also add their information to the interested vendors list for this announcement at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24316N0798/listing.html)
 
Document(s)
Attachment
 
File Name: VA243-16-N-0798 VA243-16-N-0798.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897204&FileName=VA243-16-N-0798-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2897204&FileName=VA243-16-N-0798-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: 423 E. 23RD STREET;New York, New York 10010
Zip Code: 10010
 
Record
SN04194588-W 20160727/160725235512-7dcdc74c33818c6659044a9b062f9d51 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.