Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 15, 2017 FBO #5683
DOCUMENT

65 -- Hospital Beds Gulf Coast Veterans Health Care System - Attachment

Notice Date
6/13/2017
 
Notice Type
Attachment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Veterans Health Administration;Network Contracting Office 16;2575 Keystone Crossing;Fayetteville AR 72703
 
ZIP Code
72703
 
Solicitation Number
VA25617Q0819
 
Response Due
7/14/2017
 
Archive Date
9/17/2017
 
Point of Contact
James A Smith
 
E-Mail Address
4-5013<br
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items (supplies) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. This announcement constitutes the only request for quotes; quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is VA256-17-Q-0819 and is issued as a Request for Quotation (RFQ) (iii) Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oal/library/vaar/ (VAAR) (iv) This solicitation is issued as a set-aside for Service Disabled Veteran Owned Businesses (SDVOSB). The North American Industry Classification System (NAICS) code is 339113, and the size standard is 750 employees. Vendors are required to be certified in VetBiz as a SDVOSB. In addition, vendors are required to be registered in System for Award Management (SAM). (v) COST/PRICE SCHEDULE ITEM DESRIPTION OF QTY UNIT UNIT AMOUNT NO. SUPPLIES/SVCS PRICE Item No. Description Qty Unit Price Amount All new (no refurbished) equipment and supplies shall include delivery, parts, labor, installation, warranty, and instructions as identified in the Statement of Work. 1001 Hospital Beds- Specifications: 39 X82, 850lb. weight capacity, fully electric, Bed Hi/Low (9.0 low / 30 high), head Up/down, /foot Up/Down, Trendelenburg/Reverse Trendlenburg, independent Lock-out Feature and Bed controls at foot and Hand Control, One-Touch CPR- and Cardio /chair Position, High Impact head/Foot Boards and Side Rails. Incudes Floor Safety Mat, Foot lock-out controls and Intergraded RSS. In accordance with the specifications identified in the Statement of Work. 68 $____________ $___________________ 1002 Bed with 39 Expandable Deck. Specifications: 850 lb. Capacity, fully electric, bed Up/Down, foot Up/Down, Trendelenburg/Reverse Trendelenburg. Independent Lock-out feature and Bed Controls at Foot and Hand Control, One-Touch CPR and Cardio Chair Position, High Impact Head/Foot Boards and Side rails, includes Floor Safety Mat, Foot lock-out controls and Intergraded RSS. In accordance with the specifications identified in the Statement of Work. 19 $____________ $___________________ 1003 Mattress and Accessories 39 In accordance with the specifications identified in the Statement of Work. 68 $____________ $____________________ 1004 Mattress and Accessories 42 In accordance with the specifications identified in the Statement of Work. 10 $____________ $____________________ 1005 Mattress and Accessories 48 In accordance with the specifications identified in the Statement of Work. 9 $____________ $____________________ 1006 Manual CPR Release 87 $____________ $____________________ 1007 Floor Safety Mats (additional) 87 $____________ $___________________ 1008 Trade-In allowance for Existing beds. Includes White Glove Staged Removal. (103 beds) 1 -$_________ -$___________________ Total: $_______________________ (vi) STATEMENT OF WORK Gulf Coast Veterans Health Care System (GCVHCS) Community Living Center Bed Replacement PROJECT SUMMARY: GCVHCS seeks to replace 87 beds in the community living center (short-term, long-term and hospice). Of the 87 beds, 19 bariatric beds must be included. For expeditious and ease of altering patient care needs, the mattress should be modular and have the ability to be separated from the bed frame. For example, if a patient in Hospice Care who is beginning the final stages of his/her life, GCVHCS requires the ability to change the mattress to a larger one so their loved ones may lie in bed with them while keeping the bed frame in the room and unchanged. The mattresses should fit the bed frame to ensure The Joint Commission standards are met. The goals of preventive geriatrics are not only reduction of premature morbidity and mortality but preservation of maximal quality of life and function. Preventive health in advanced age therefore consists of efforts to promote lifestyle behaviors that avoid onset and minimize the progression of chronic diseases and encourage heightened sensitivity to environmental conditions in order to minimize the likelihood of incidents that may be particularly hazardous to an older individual. CLC teams promote Veteran emotional well-being through collaborative assessment and treatment of mental disorders and addressing behavioral symptoms, often a reflection of unmet needs, through a balance of Veteran-centered behavioral, environmental, and pharmacological interventions. VHA s goal for Veterans with dementia is continuous quality improvement of comprehensive, coordinated care. Long-term Care Dementia Units focus primarily on comfort and supportive care of Veterans in the later stages of their dementing illness. This service may be provided on a specialty unit within a VA Community Living Center The CLC has a requirement to standardize with a medical bed systems that provides a consistency in bed features throughout all areas of the Community Living Center environment. (Rehab, Extended Care, Palliative Care, Bariatric and Dementia Specialty Units). These elements of care are critical in maintaining the highest possible standards of care. So that care givers can provide consistent protocols, when they consistently use the same safe patient handling features, the acquisition of bed frames must meet the design and standardization requirements throughout the environment of care. The facility must also maintain consistency in operations and training allowing current personnel the ability to effectively train new personnel if needed. Limiting confusion with multiple bed systems will maintain safety of both caregiver and patient, and Safe Patient Handling protocols state that it is best to continue operations with uniform equipment versus trying to learn multiple systems. In addition, the time required for training VA personnel on a different bed system will not be necessary. DEFINITIONS/ACRONYMS: A. Engineer(ing) - Supervisor or designee. B. CO - Contracting Officer C. COR - Contracting Officer s Representative D. PM - Preventive Maintenance Inspection. Services which are periodic in nature and are required to maintain the equipment in such condition that it may be operated in accordance with its intended design and functional capacity with minimal incidence of malfunction or inoperative conditions. E. FSE - Field Service Engineer. A person authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VAMC premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. H. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAMC - Department of Veterans Affairs Medical Center L. VHA - Department of Veterans Affairs Hospital SYSTEM REQUIREMENTS: All community living center beds must meet the following minimum requirements Standard Very Low Bed System Requirements 850 lb. Safe Working Load 39 Deck Width 8 Deck Low Position Deck Height of 30 Bed can transport a patient in any high or low position. Standard Deck 35" Deck length 85 Open architecture based platform to accommodate a wide array of specialty mattress systems and patient needs. Caregiver Lockout Controls Responder 5 Nurse Call Interface Patient Hand Pendent (Dual Pendent Option Available) One touch Cardio Chair Positioning One touch CPR and Manual CPR Release One touch Trendelenburg and Reverse Trendelenburg Under Bed Lighting Side Rails must be fully removable and accommodate two, three and four rail configurations Seizure Pads for head/foot board and side rails required Bed Color Option available meeting VHA DIRECTIVE 1140.11 UNIFORM GERIATRICS & EXTENDED CARE SERVICES IN VA MEDICAL CENTERS Home Like Feel Requirement VA Homelike Feel Directive Integrated 3 Stage bed exit alarm with three sensitivity settings, Five different audible alarm tones, Voice recordable alarm feature, Nurse call interface notifies nurses station when alarm triggers Integrated bed scale weighs patient in bed, Weights read in lb. and kg., automatically weighs patient daily, stores 30 day weight history. A-Frame and Single Pole Trapeze options Integrated battery backup Room Environment controls for television, lighting and nurse call. High and Low Priority Alerts via 37 PIN configuration (integration with head wall system) Protocol Timer programmable intervals of 1, 2 or 4 hours audible tone on unit, nurse call interface notifies nurses station when triggered. 120V Power Outlet Foot End (Multi-Port Configuration Desirable) Bed System is Evacusled Compatible Bariatric Very Low Bed System Requirements 850 lb. Safe Working Load 8 Deck Low Position Deck Height of 30 Bed can transport a patient in any high or low position. Bed Deck Width expands from 35" to 45" to 48" Deck length 85 Open architecture based platform to accommodate a wide array of specialty mattress systems and patient needs. Caregiver Lockout Controls Responder 5 Nurse Call Interface Patient Hand Pendent (Dual Pendent Option Available) One touch Cardio Chair Positioning One touch CPR and Manual CPR Release One touch Trendelenburg and Reverse Trendelenburg Under Bed Lighting Side Rails must be fully removable and accommodate two, three and four rail configurations Seizure Pads for head/foot board and side rails required Bed Color Option available meeting VHA DIRECTIVE 1140.11 UNIFORM GERIATRICS & EXTENDED CARE SERVICES IN VA MEDICAL CENTERS Home Like Feel Requirement VA Homelike Feel Directive Integrated 3 Stage bed exit alarm with three sensitivity settings, Five different audible alarm tones, Voice recordable alarm feature, Nurse call interface notifies nurses station when alarm triggers Integrated bed scale weighs patient in bed, Weights read in lb. and kg., automatically weighs patient daily, stores 30 day weight history. A-Frame and Single Pole Trapeze options Integrated battery backup Room Environment controls for television, lighting and nurse call. High and Low Priority Alerts via 37 PIN configuration (integration with head wall system) Protocol Timer programmable intervals of 1, 2 or 4 hours audible tone on unit, nurse call interface notifies nurses station when triggered. 120V Power Outlet Foot End (Multi-Port Configuration Desirable) Bed System is Evacusled Compatible LAL Pressure Redistribution Mattress System Five Modes of Therapy LAL, Alternate, Alternate w/LAL, Immersion, and Immersion with LAL Adjustable Cycle Times with Feedback Sensor for Optimal Pressure Settings 600 lbs. Capacity Standard 35 Width 900 lbs. Capacity Bariatric 39 -42 -48 Widths Available Lock Out Controls Power Failure/Low Pressure Audible and Visual Alarms Built in 2 Foam Base for Comfort and Security CPR Emergency Feature Waterproof, Vapor Permeable, Low Friction and Shear Top Cover Preprogrammed comfort and therapy support settings based on the patient s height and weight Surface pressures read 2 times per second to maintain interface pressure settings providing for proper envelopment and immersion Top cover free from harmful chemicals of concern and is a high moisture vapor transfer rate (MVTR), sealed seam, 4 way stretch cover with an advanced microclimate low air loss delivery system Transport mode allows mattress pressures to equalize and remain inflated, for transport or during power failures, for extended periods of time Pressure monitoring system monitors pressure 2 times per second or 7,200 times per hour Pressure settings from 15 mmHg to 50 mmHg. Designed with vertical cell technology Sealed seam mattress construction The MVTR rating for top cover is 400g/m2/24hrs Both Pressure Mapping and NPUAP Immersion Testing must be provided for mattress system. Offeror s Technical Response must include evidence of meeting each of the above criteria above and beyond self-certification. Examples of evidence may include photographs, videos, brochures, published technical specifications, and spreadsheets. Other forms of data may be submitted. Lack of evidence may result in a technically unacceptable rating. Purchase of the beds must include trade-in allowance per type of bed. Specific trade-in information (manufacturer, model, count, etc.) is as following: Manufacture Model Qty. Purchase Date Life Expectancy Craig Bed CR420-7680 1 4/9/2013 10 years Hill Rom LTC-300 88 11/7/2011 10 years Hill Rom 1039 4 11/7/2011 10 years Hill Rom 1048 4 11/7/2011 10 years Hill Rom P3200 3 1/22/2007 10 years Hill Rom GO BED PLUS 2 1/19/2005 10 years Hill Rom EXCELCARE 1 2/6/2007 10 years Stryker 2501 4 9/10/2013 10 years Specific quantities of each type of bed may change at the time of delivery. PAYMENT: Invoice must include the following information: Contract No., Purchase Order No., and itemized listing of all equipment installed by unit. Invoices can be issued per unit after full-functionality of system has been achieved and proven. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSEs shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The VAMC will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC and only permitted in designated smoking shelters on the VA campus. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. The Contractor shall be required to report to Engineering to log in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to log out with Engineering and submit the ESR(s) to the COR. ALL ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature". If the COR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). PROTECTION OF EXISITING STRUCTURES, EQUIPMENT, AND UTILITIES: The Contractor shall preserve and protect all structures and equipment on or adjacent to the work site. The contractor shall replace at his own expense damage to such items to the satisfaction of the Contracting Officer. Contractor shall take all measures and provide all materials necessary for protecting and preserving existing equipment and property in affected areas of installation against dust, debris and physical damage, so that equipment and affected areas to be used in Medical Center operations will not be hindered. Contractor shall permit access to VA personnel through installation areas as required for maintenance and normal Medical Center operations. PHASING: The contractor shall submit a delivery schedule in writing to the COR for approval up to four weeks prior to the start of any work. GCVHCS is a fully operational hospital. The Contractor must schedule his work around VA operations and specifically for the convenience of the hospital. Contractor must not work at times other than normal operating hours, which are from 0800 until 1600 Monday through Friday. All work and installation will be coordinated with the COR, Nursing, and Engineering groups. Phasing and work schedule will be provided and coordinated with the COR. A detailed delivery/installation schedule will be provided during the project implementation kick-off meeting. The uninstallation and installation will occur at the discretion of the COR and be coordinated with the VA. The full deployment shall have a 90 day deployment window. In addition to the COR, an additional representative at the facility will act as a liaison to ensure that the vendor meets government expectations and follows the guidelines as set by the Contracting Officer. Vendor will have no access to VA sensitive information during the installation. The vendor will confine operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer. The Contractor shall hold and save the Government, its officers and agents, free and harmless from liability of any nature occasioned by the Contractor s performance. Working space and space available shall be as determined by the COR. CONTRACTOR S RESPONSIBILITY IN CONNECTION WITH PROJECT: The price quoted shall include removal of existing beds (one existing bed to every new bed). Contractor must coordinate with the Logistics department to ensure proper turn-in protocols are followed. No more than 30 days prior to delivery logistics will need all incoming beds serial numbers, Individual  cost per bed, model number, & manufacture name. All beds will be tagged & installed if necessary by vendor in designated area in the warehouse prior to beds being transported for delivery. Vendor will not remove any existing beds until all Electronic Equipment (EE) tags & room numbers of beds have been recorded and given to logistics. Vendor will remove and dispose of all existing beds at no additional charge to the VA. (VA would like to receive fair Market Value  of all existing beds as a trade in price or deduction off total price). Once installation is started, it shall be continuous, eight (8) hours per day coinciding with the day shift working hours at the hospital. Compliance with this requirement shall be manifest by the continuous presence of the engineers or technicians on the job site during the daily working period. Installation shall be continuous, without interruption, until all installation and testing work has been completed. The contractor must provide the physical movement of the equipment from the storage point at final destination, to the area of installation, and the uncrating of the equipment. Rigging and special handling costs, if required, to move the equipment from dock area to the installation site within the consignee's premises, shall be borne by the equipment contractor. Upon receipt of notice to proceed with installation, it shall be the contractor's responsibility to inform the Contracting Officer of any problems which may be anticipated in connection with installation or which will affect optimum performance once installation is completed. Such matters as inadequacy of power supply, limitations of site or inadequate preparation of site shall be reported prior to start of installation. Installation shall not proceed under such circumstances until authorized by the Contracting Officer. In the event that progress of the installation is interrupted through no fault of the contractor, the continuous installation referenced in the preceding paragraphs may be terminated until such time as the cause of delay has been eliminated, and then shall be resumed within twenty-four (24) hours after the contractor has been notified that work may again proceed. Such termination of continuous installation shall be made only after two (2) hours notice has been given to the (COR) or person acting in that capacity at the hospital receiving installation. Contractor must notify the Contracting Officer within 48 hours of termination of installation. Unless otherwise authorized by the Contracting officer, installation of equipment shall in no event exceed sixty (60) days per room from the date of notice to proceed with installation. TRAINING: Clinical users: The successful vendor, at the time of a purchase, will provide, training for all shifts. This will require more than one training session per shift, no more than three weeks prior to installation. Training would include initial training; go live support training, super user training, and Computer Based Training. Engineering Service Training: The vendor shall provide, at no cost to the hospital, in-service training for 20 in-house Engineering included in the purchase of each major piece of equipment in at least two sessions. Additionally, manufacturer-level training will be provided to four BESS. This training shall be equal to the training provided by the manufacturer for their service personnel and will train the designated in-house personnel on the calibration, maintenance, and repair of the entire system purchased. The training shall include all components, peripherals, travel and expenses. This training shall be available for a date prior to the expiration of the warranty period of the purchased equipment. LICENSING SOFTWARE REQUIREMENTS: The vendor shall provide all computer software, access keys or codes, or external devices required for the operation, calibration, or repair of the equipment purchased. Any such items not listed on the price quote and required for maintenance of the system, shall be taken as included with the purchase of the system. Any upgrades or changes to the maintenance software, hardware, or access keys or codes shall be provided at no charge to the medical center during the time the equipment is operational at this facility. All application software licenses are included in the purchase of the equipment and shall not a require renewal charge for the period of time the equipment is in use in the facility. CLEANING REQUIREMENTS: All beds and mattresses must be able to be cleaned by Cleancide, Wexcide, and Bleach. USER AND SERVICE MANUALS: The vendor shall provide, at no charge, (2) complete and unabridged sets of operator manuals, service manuals, electronic schematics, troubleshooting guides and parts lists for each piece of equipment purchased to each medical center. These manuals will include all components and subassemblies, including those not manufactured by the vendor. These manuals and documentation shall be identical to the ones supplied to the manufacturer s service representatives and shall contain the diagnostic codes, commands, and passwords utilized in maintenance, repair and calibration of the equipment. The vendor shall disclose at the time of quoting of this equipment any post warranty charges such as remote service or application access charges, telephone technical or application support charges, or any fees associated with supporting this equipment including the hourly rate for onsite maintenance service, and the cost and description of the various maintenance coverage products. WARRANTY SERVICE: Duration: Contractor must provide standard warranty (minimum of one year) after COR review and signature for completion of project. Extended warranty shall be provided for a total of five years. Warranty will cover parts and labor completed by the Contractor. Response Time: - Contractor's FSE must respond with a phone call to the COR or his/her designee within two (2) hours after receipt of telephoned notification twenty-four (24) hours per day. If the problem cannot be corrected by phone, the FSE will commence work (on-site physical response) within two (2) hours after receipt of this second notification and will proceed progressively to completion without undue delay The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. SERVICE PRIOR TO AND DURING GUARANTEE PERIOD: Prior to and during the guarantee period, service at other than normal working hours (8:00 a.m. - 5:00 p.m., excluding weekends and holidays), if at the request of the hospital, will be charged at an hourly rate which is the difference between current regular rate and premium rate. Otherwise, all services will be performed at no charge to the Government during this period. MATERIAL SAFETY DATA SHEET (MSDS): Contractor shall provide three (3) copies of each Material Safety Data Sheet for every product, chemical, etc. used on this project. MSDS sheets shall be provided for any material on the same day those materials arrive on VA property. At no time shall the contractor have, or permit subcontractors to have, materials on station without MSDS sheets. All instructions for use shall be followed. Products will not be used until MSDS's are submitted to the COR. SERVICE BULLETINS: Two (2) copies of each service bulletin affecting safety or maintenance of equipment furnished under this contract will be forwarded to the receiving activity for a period of ten (10) years after date of delivery. HARDWARE UPGRADES All equipment and related peripherals contracted for shall be state-of-the-art technology. "State-of-the-art" is defined as the most recently designed components that are announced for marketing purposes, available, maintained and supported in accordance with mandatory requirements specified in the solicitation. Components and products with a manufacturer's planned obsolescence within the first year of contract award are not acceptable. If hardware upgrades become available after award of this contract but prior to installation of the equipment, the contractor is requested to offer them to the Contracting Officer for consideration. The contractor's proposal for such upgrades shall include the following information: Pricing information, to include both the price of the equipment to be added and the equipment to be deleted. Specific awarded items that shall be changed if the proposal is awarded. Performance data, including both comparisons to the specification requirements and to the equipment on contract. A detailed description of the differences between the awarded items and those being proposed, and a specific analysis of the comparative advantages/disadvantages of the items involved. An evaluation of the effect proposed changes will have on the life cycle of the equipment and an associated cost impact as it relates to site preparation, installation, maintenance, and operational expense. An analysis of the timeframe required to institute the change. End of Scope of Work (vii) Delivery FOB Destination to Department of Veterans Affairs Healthcare System, Building 26 400 Veterans Avenue, Biloxi, MS 39531. Phasing and delivery shall be completed within 90 days of notice of award. (viii) 52.212-1 Instructions to Offerors - commercial Items (Jan 2017), the following clauses (or provisions) also apply to this solicitation; VAAR 852.233-70 Protest Content (Jan 2008); VAAR 852.236-76 Correspondence (Apr 1984); VAAR 852.237-70 Contractor Responsibilities (Apr 1984); (ix) 52.212-2, Evaluation - Commercial Items (Oct 2014): FAR provision. Pursuant to FAR subpart 13.106-2, the Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation represents the lowest priced, technically acceptable offer. Past performance will be considered as part of the Responsibility Determination only in accordance with FAR Part 9.105. The Government reserves the right to request additional information from offerors necessary to satisfy their ability to meet the responsibility standards in FAR Part 9.104. In order to be considered technically acceptable, items offered must meet all the minimum salient characteristics of items identified in section (xvii) below. Offeror shall provide technical brochures (descriptive literature) to support functionality features as described within the Schedule of Items with their quote. The technical brochures (descriptive literature) provided will be used by the Government to evaluate the offeror s ability to comply with all minimum salient characteristics. Offeror shall also provide evidence of being an Authorized Reseller (Distributor) for product offered. This can be substantiated with a link to Manufacturer s web site that supports offeror s distributorship or other proof from the manufacturer. Offeror must provide at least three recent and relevant past performance references (including contract numbers, amount of contract award, point of contact with email address, telephone numbers and other relevant information, and a description of product/work performed under the contract. This information, in part, will be considered as part of the Responsibility Determination. The original offer as submitted should contain the offeror's best terms from a price standpoint. The CO will evaluate price for fairness and reasonableness. Any discount generated by the trade-ins shall be evaluated as part of the Price evaluation factor. Offeror shall indicate acceptance or non-acceptance of the Government offered trade-ins. Any discount resulting from trade-ins shall be reflected as a separate line-item in the quote and the discounts offered will be included in establishing the offeror s total price supporting the Government s final award decision. (x) 52.212-3 Offeror Representations and Certifications - Commercial Items (Jan 2017) - Offeror s are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH QUOTE, a copy of the provision may be attained from http://www.va.gov/oal/library/vaar/ ; (xi) 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017): The following clauses (or provisions) also apply to this solicitation; VAAR 852.203-70 Commercial Advertising (Jan 2008), VAAR 852.211-70 Service Data Manual (Nov 1984), VAAR 852.219-11 VA Notice of Total Service Disabled Veteran-Owned Small Business Set-Aside (Dec 2009) 52.252-2. Clauses Incorporated by Reference (Feb 1998): 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016), 52.204-18 Commercial and Government Entity Code Maintenance (Jan 2016) 52.204-20 Predecessor of Offeror (July 2016) 52.204-4 Printed or Copied Double-Sided on Fiber Content Paper (May 2011) 52.214-21 Descriptive Literature (Apr 2002) 852-211-72 Technical Industry Standards (Jan 2008) 852.211-75 Product Specifications (Jan 2008), 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS COMMERCIAL ITEMS (JAN 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (4) 52.204 10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109 282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (OCT 2015) (31 U.S.C. 6101 note). (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (16) 52.219-8, Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222 19, Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222 26, Equal Opportunity (SEP 2016) (E.O. 11246). (29) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (33)(i) 52.222-50, Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (OCT 2016). (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (57) 52.232-33, Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332). 52.232-34 (xiii) Standard warranty and Software updates are included for the lifetime of the bed. (xiv) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xv) RESPONSES ARE DUE FRIDAY, July 14, 2017, by 2:00 p.m. central standard time (CST). Electronic offers will be accepted; submit quotation to james.smith12@va.gov or submit by mail. Mail to NCO 16 Contracting Office, 2575 N Keystone Crossing, Fayetteville, AR 72703 Attn. J. Alex Smith. It is the offeror s responsibility to make sure your quote and all amendments are signed and received timely. For electronic submission, please enter in the subject line VA256-17-Q-0819 (Vendor Name) and number of emails sent, for example: 1 of 2. In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. In order to comply with the Veterans First Contracting Program all contractors must be registered and verified on VetBiz. For your information review the VetBiz site at http://www.vip.vetbiz.gov. (xvi) Point of contact for this solicitation is J. Alex Smith 479-444-5013 or e-mail james.smith12@va.gov with subject line referencing the Solicitation number. All inquires must be in writing, and submitted by July 6, 2017 by 10:00 AM CST, by email to james.smith12@va.gov. (xvii) Salient characteristics means those particular characteristics that specifically describe the essential physical and functional features of the material or service required. Minimum Salient Characteristics for Bed Ergonomically designed for ease of use "Open architecture" design for minimization of patient care impedance Ability to transport patient in various height positions Range of motion: 10" to 30" from bottom of bed to floor No sharp edges Deck of bed must be flat to accommodate any mattress HL7 interface Ability for timer/reminder for intervals of 30 minutes and be sent to nurse call Weight capacity Non-bariatric: at least 550 pounds Bariatric: at least 850 pounds Light-crystal display (LCD) display with backlighting EvacuSled compatible Under bed fluorescent or light-emitting diode (LED) lighting Aesthetic/appearance options - i.e. wood paneling. Note: Must meet VHA Directive 1140.11 Dimensions: Width Non-bariatric: 35-40" Baritric: ability to expand from 35" to 48" Length: ability to expand from 80" to at least 85" Positioning Features: All positioning features (head up, knee gatch) must be electric and available with battery back-up Height range: Highest at least 30 and lowest at least 16 Trendelenburg/Reverse Trendelenburg Range: -15 to +15 degrees, Single activation switch Automatic or manual CPR release with no more than a 10 second from start to finish Includes hardware/adapters to receive trapezes/helper bars Controls: Controls, switches, & knobs visible and clearly identified, and their function self-evident (control design prevents misinterpretation of displays and control settings). Ability to control lighting, television and nurse call Ability for controls to be locked out by clinical staff Patient controls (including height of bed and head up and down) within the reach of the patient on both sides of bed and easy to operate Side Rails Bed has 4 side rails designed to cover a minimum of 60% of side of bed (2 larger rails at head and 2 smaller rails at the foot) Side rails (dimensions,gaps, and locking mechanism) must comply with IEC standard 60601-2-52 (Medical Electrical Equipment - Part 2-52: Particular Requirements for the Basic Safety and Essential Performance of Medical Beds) Side rails must be removable to accommodate 2, 3 and 4 rail configuration Casters and Brakes 6 casters All casters are controlled by central locking system. Casters able to be set in steer, neutral, and locked positions Brakes easy to apply from side or end Nurse Call and Bed Exit Alarms Bed has an integrated bed exit alarm and nurse call feature able to connect with Rauland-Borg Responder IV/V System Alarms are based on patient weight with a minimum of 3 zones (minimal movement, exiting bed, out of bed), adjustable tone, and adjustable volume of alarm Patient Scale Integrated patient scale built into frame or side rail that is easy to use Scale accuracy of +/- 3% of the patient s actual weight up to 550 lbs for non-bariatric and 850 pounds for bariatric. (or weight capacity of bed). Scale functions in all bed positions except reverse Trendelenburg Scale displays weight in both kilograms and pounds. Ability to store at least 20 days of weight measurements Scale readings must be visible in low light. Safety Features Bed has an obstacle detection system designed to prevent patient entrapment or crushing between the floor and the bottom of the bed Electrical Requirements Operates on 110/120 VAC medical provided power, and connect to standard electrical receptacles. Operates at 15 amperes or less. meets UL2601 and IBC 60601-1 standards Cords has storage option for transport. Battery Battery back-up controls bed height (if not able to do so manually), position (head up and down), and length in the event of power failure. Battery back-up engages automatically or is clearly labeled and easily accessible Fully charged battery lasts 2 hour minimum Accessories Oxygen Tank Holders (E size tank) Trapeze receptacles at the head of the bed IV Poles Collapsible or Stowable with the ability to fold it down and store in the down position. If removable there needs to be a place on the bed to store the IV pole. Patient hand control pendant Auxiliary AC Outlet 37-pin connector for interface with Rauland-Borg Responder IV/5 Trapeze/Patient Helper RME/Infection Control Hermetically sealed side rails and internal hardware if possible without compromising bed function Ability to be cleaned with hospital-grade disinfectants (i.e. alcohol and/or bleach-based wipes) Training Vendor provides training and written instructions, procedures, and documentation necessary to properly and safely disinfect the bed and accessories between patient uses Vendor will supply 2 copies each for user and service/technician manuals Warranty At least 2-year warranty on entire bed At least 3-year warranty on hardware/software Minimum Salient Characteristics for Mattress Mattress Features: Five modes of therepy: 1) Low-air loss (LAL) 2) Alternate 3) Alternate w/ LAL 4) Immersion 5) Immersion with LAL Adjustable Cycle times with feedback sensor Weight Capacity: 1) Non-bariatric: 600 pounds 2) Bariatric: 900 pounds Ability to lock out settings once established Ability to sustain pressure during transport Audible alarms for power failure/low pressure At least 2" built-in foam base Preprogrammed ability to provide feedback every 2 seconds for sustainment of pressure settings Pressure settings from 15 mmHg to 50 mmHg Pressure mapping and national pressure ulcer advisory panel immersion testing provided Cardiopulmonary Resuscitation (CPR) emergency capability Interface pressures must never exceed 32 mmHg. Mattress Cover: Allow for partial immersion into foam Mattress cover vapour rate (MVTR) (defined as moisture vapour transmission rate) minimum of 400g/m2/24hrs. Stain resistant Mildew resistant Flame retardant Designed to reduce the risk of friction and/or sheer forces during repositioning with a low friction fabric Meets infection control guidelines of water proofing (prevents contamination of foam), welded seams (prevent ingress of fluids), waterfall flaps (cover over zippers) Ability to be cleaned with hospital-grade disinfectants (i.e. alcohol and/or bleach-based wipes) 35 x a minimum of 80 x minimum of 6 thick. Mattress Bolster If the mattress is shorter than the bed frame, the vendor must provide a means to accommodate the extension of the bed frame that is made of a similar material as the mattress (must have same cover type with either viscoelastic foam or air). NOTE: Offer shall contain brochure identifying all specifications of equipment in order to be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/FaVAMC564/FaVAMC564/VA25617Q0819/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-0819 VA256-17-Q-0819_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3579690&FileName=VA256-17-Q-0819-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3579690&FileName=VA256-17-Q-0819-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04542245-W 20170615/170613234446-e34c8302ee8cc9dfe5dca0e28f0af18c (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.