United States - 71--clc beds Cleveland

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 August 2019
Opportunity publication date
03 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 02, 2019 2:38 pm

Page 7 of 7

Combined Synopsis Solicitation: Med Surg Beds

General:

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This notice constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is 36C25018Q00976 and is issued as a Request for Quote (RFQ). This solicitation document incorporates provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03, effective July 12, 2019. This procurement is a 100% Service Disabled Veteran Small Business (SDVOSB) set-aside and only qualified contractors may submit quotes. This requirement will be awarded on all-or-none basis. The applicable North American Industry Classification System Code (NAICS) is 339113 and the small business size standard is 750 employees.

2. Line items:

3. Statement of Work:

PURPOSE: The purpose of this Statement of Work (SOW) is to develop a firm fixed price purchase order for beds and mattresses for the Community Living Center (CLC).

SCOPE: The Contractor shall provide hospital beds and mattresses to the.

CONTRACTOR SPECIFIC REQUIREMENTS: Unless otherwise stated, all equipment shall be held to current industry standards for such equipment as present within the current market for hospital beds, supplies, related services, and the most recent International Standards set by the IEC (IEC 60601-2-52).

Equipment testing: The Louis Stokes Cleveland Veterans Affairs Medical Center (CLE VAMC) currently uses Hill-Rom s nurse call system, NaviCare. The CLE VAMC has no intention of replacing the nurse call system. Any contractors that would like to be considered, their bed being quoted on must be able to interface with NaviCare and can send the following data, but not limited to, through the NaviCare System:

Connect to the nurse call system;

Send the following data:

Falls Risk: Brakes Locked, Head Rails Up; Bed in Lowest Position; Alarm On;

Pressure Ulcer Risk:

Reposition every two (2) hours;

Compliance:

Head of bed.

Minimum characteristics: The quote shall include all equipment, materials, installation services, and training services specified in this SOW document. In addition, the contractor shall provide a hospital bed system (defined as bed frame, mattress, side rails, head and foot board, and any mattress or accessories added to the bed), which demonstrate compliance to all aspects of the International Standard IEC 60601-2-52.

Project Management

The contractor shall provide implementation services as part of the bed purchase.

Implementation Services shall include, but are not limited to, a project manager, a detailed project timeline with defined roles and responsibilities (including contractor provided and CLE VAMC resources), on-site installation coordination of all equipment and accessories, a training plan, and schedule for Go-Live.

Delivery and Installation Services

Materials provided shall be new equipment, parts, and accessories as specified in the SOW.

The contractor shall deliver materials to the job site in OEM's original unopened containers, clearly labeled with the OEM's name, equipment model and serial identification numbers, and Purchase Order (PO) number.

The contractor shall be responsible for inventorying materials prior to delivery to VA facility to check for accuracy in quantity and part number.

The CLE VAMC shall identify and provide limited daily storage of contractor parts/supplies at the time of delivery and reject items that do not conform to this requirement.

All on-site installation services shall be contractor-provided by technical staff (not sales reps) fully trained to service and install bed products, parts, and accessories as specified in the SOW.

Removal of Existing Beds

The contractor shall remove existing beds.

Disposal of Waste

The contractor shall provide, maintain, and dispose all material waste and packaging associated with the beds/products and/or waste generated during the installation services.

The contractor shall be responsible for moving waste materials from job site(s) to a contractor-provided waste container, and then off site.

Technical Support

The contractor shall supply 24/7/365 hour phone technical support for the duration of ownership of the equipment.

Response time for parts and labor shall be no more than 24 hours available 24/7.

Facility Engineering Technical Training

The contractor shall provide technical training for overall maintenance and service of technical staff to include factory service training courses (if Applicable). Training shall include Facility Engineering from the facility. Training shall include tuition, hotel, meals, and travel expenses for factory-based training if training cannot be conducted at the CLE VAMC.

The contractor shall provide any special service tools and/or test equipment comparable with that provided to the OEM s service personnel.

The contractor shall provide the following documentation for the proposed bed system:

Seven copies of the operator s manual for beds purchased.

Two copies of complete technical service manuals including troubleshooting guides, necessary diagnostic software and equipment, schematic diagrams, and parts lists for 142 beds purchased.

Electronic versions of both operator s manual and technical service manuals.

Abbreviated operating instructions should be included on all beds.

DVD or web-based training for both operator s manual and service if available.

The bed operator s manual shall specify the mattress size to reduce risk of patient entrapment between bed and side rail.

The contractor shall provide the following documentation for the mattress motors:

One copy of the operator s manual for each motor purchased.

Two copies of complete technical service manuals including troubleshooting guides, necessary diagnostic software and equipment, schematic diagrams, and parts lists.

Electronic versions of both operator s manual and technical service manuals.

If the operation of the motor is not self-explanatory, abbreviated operating instructions shall be included and attached to all motors.

Medical/Surgical Hospital Bed: The hospital bed shall meet or exceed all technical specifications below:

Shall support minimum weight capacity of 500 lbs.;

Shall have a battery back-up with battery power indicator;

Shall have a power status indicator, indicating power source (AC Wall power), and battery only;

Shall have 4 casters with central brake;

Shall have castors for ease of transport;

Shall have corner bumpers to protect bed frame and facility walls/doorways;

Shall have a flat mattress deck for standard mattress compatibility;

Height range: Highest at least 30 and lowest at least 16 ;

Shall have a side rail height of 16 for maximum patient safety (from mattress deck to the top of the rail);

Shall have a minimum clearance height of 6 (below the bed) to allow access for under-bed tables and lift equipment;

Shall not have horizontal or lateral movement of bed mattress deck;

Shall have Audible Safety Prompts;

The side rails shall comply with IEC/EN 60601-2-52 Standards for Medical Bed;

The bed exit alarm shall have minimum 3 sensitivity levels i.e. out of bed, perimeter of bed, and patient sitting;

The bed exit alarm shall have minimum of 3 volume status (low, medium, high;

Shall have capability of an electronic log of all bed exit related events to include a minimum of 5 days;

Shall have an automatic bed exit alarm reset function for fall prevention, if a staff member forgets to reset;

Shall have side rails with inner controls for the patient, and outer controls for staff;

Patient lock out feature for all controls;

Shall have frame mounted back up controls;

Shall meet latest norm IEC 60601-2-52 and 60601-2-38;

Shall have patient remote and removable control with minimum of 4 functions (head up, head down, legs up, and legs down);

Shall have emergency CPR functions (automatic & manual) with no reset required;

Shall be able to integrate into existing nurse call system;

Under-bed lights available;

Shall have capability to weigh patients to +/- 1% standard deviation of error;

Shall have steering capability setting for transport;

Shall operate with standard 120 v. wall power outlets;

Shall have secured O2 E tank pivoting holder for safety and to allow fitting into elevators, with ability to secure in more than one bed frame corner;

Minimum of (2) 120v. auxiliary electrical outlets on frame;

Shall have electronic positioning ability for both Trendelenburg and reverse Trendelenburg, without hitting headboard against wall (no bed location movement requirement) to prevent wall damage;

The bed shall provide an obstacle detection system designed to prevent patient entrapment/crushing between the floor and the bottom of the bed;

All frames shall include hardware/adapters to receive trapezes/helper bars;

Bed width shall not exceed 41 , to fit through patient room doorways;

Bed length shall not exceed 91 (92.5 inches including frame bumpers) to fit in all hospital elevators;

Shall have frame corner/end bumpers for prevention of wall damage;

Shall have one touch electronic cardiac chair position (efficiency, consistency, ease of use, staff, and patient satisfaction);

Shall have 30° back rest indicator on side rail;

Shall have minimum of 2 drainage bag holders that are easily accessible on outside perimeter of bed frame (one on each side);

Shall have integrated IV pump holder;

Shall have ability to secure electrical cord on outside headboard area;

Shall accept standard flat (not contoured) 35 x 84 hospital mattresses;

Shall have 4 side rails, 2 upper and 2 lower, with one hand release;

Shall be fully electronic for multi-positional, multi-height capability, with articulating back and knee gatch;

4 side rails designed to cover a minimum of 60% of side of bed;

2 side rails located at head of bed (larger) and 2 side rails located at foot of bed;

The side rails (dimensions and gaps between) shall comply with IEC/EN 60601-2-52 Standard for Medical Beds;

Shall have brake status indicator (locked/unlocked);

Shall have removable deck cover, footboard and headboard for cleaning/replacement;

Shall expectancy of beds shall meet or exceed 10 years;

Upper side rail shall not extend past the articulation section between the head and middle bed sections when in the rail up position (allows for open area for patient to side enter/exit without a necessary secondary boosting up in bed); and

Bed frame shall have integrated no tools required deck frame and deck plate extension lengthening capability beyond 84 inches to a minimum of 90 inches to accommodate the taller patient. (integrated decking/plate extension to minimize time requirement to shorten bed for fitting into the elevator during emergency transport);

Side rails shall be able to illuminate.

Hospital Mattress: All mattress options for the above beds shall meet or exceed the following:

Shall have a therapeutic surface to assist in management of pressure, shear, and microclimate for the patient;

Shall have ability to redistribute pressure through buckling and absorbing patient weight and allow immersion and envelopment to maintain comfort in all positions on the mattress;

Shall have a breathable cover that wicks away moisture, equalizes pressure redistribution while balancing the microclimate of the patient s skin;

Shall not conduct heat;

36 x a minimum of 80 x minimum of 6 thick;

Shall allow for a side rail height of 16 for maximum patient safety (from mattress deck to the top of the rail);

Shall have a nonskid bottom surface or straps to secure to bed frame;

Shall fit selected hospital bed frame;

Shall have firm edges to prevent collapsing for sitting on side of bed and support weight during ingress and egress;

Shall have delamination protection;

Shall waterproof seams;

Shall have a deep zipper flap;

Shall be latex free;

Shall have a 40-degree full body turn capability for assistance with early mobility and prevention of pulmonary complications;

Shall have sensor technology for automatic adjustment of pressure for patient weight, height, position changes, and bed frame articulation changes;

Shall meet US flammability standards: 16CFR1632, 16CFR1633, CAL TB129, Boston BFD IX-11; and

Shall have bleach tolerant cover for cleaning;

WARRANTY:

Beds: The contractor shall provide a minimum warranty of a year or better for parts and labor for the beds. This warranty shall cover the entirety of the bed and all its components and accessories.

Mattresses: The contractor shall provide a minimum warranty of a year or better for parts and labor for the mattresses. This warranty shall cover the entirety of the mattress and all its components and accessories.

The contractor shall provide details of standard warranty.

Contractor shall indicate availability and cost of extended parts warranty options.

During the warranty period, the contractor shall provide all-inclusive service (parts, labor, preventive maintenance, travel and unlimited repairs) at no additional cost Monday-Friday between the hours of 7:00 am 4:30 pm (excluding holidays).

Software updates are included for the lifetime of the bed.

PERIOD OF PERFORMANCE: The Period of Performance shall be 45 Days ARO and FOB Destination.

DELIVERY AND SHIPMENT INFORMATION: The contractor shall provide the following for shipment and delivery of equipment:

The CLE VAMC is equipped with a loading dock; suggested boxy truck with lift gate for versatility with delivery.

All items and services shall be shipped and or coordinated with the following, may include but not limited to these locations:

Louis Stokes Cleveland VAMC

10701 East Blvd.

Cleveland, OH 44106

TRAINING:

Clinical users: Upon delivery of the beds, qualified instructors shall provide user training for staff on day, evening, and night shifts at times to be determined by the facility.

Training shall be offered 7 days a week for the first week and four days a week for the next 2 weeks (if needed).

Ongoing training Annually as requested.

Engineering Service Training: The contractor shall provide training of the Biomedical Equipment Support Specialists (Hereafter referred as BESS) during initial setup and operations of the equipment, as well as follow-up training during everyday operation. The contractor shall provide 24/7 technical customer support service for the duration of the equipment at the facility. The on-site training, following installation completion, shall include product nomenclature, printed circuit board assembly and subassembly identification and location, interpretation and usage of built-in system diagnostics, and the use of the troubleshooting manual. The contractor shall also provide service seminars at the contractor s facility tuition-free while the hospital owns the equipment.

GOVERNMENT HOLIDAYS: National holidays observed by the Federal Government are as follows:

New Year's Day 1 January

Martin Luther King's Birthday Third Monday in January

President's Day Third Monday in February

Memorial Day Last Monday in May

Independence Day 4 July

Labor Day First Monday in September

Columbus Day Second Monday in October

Veterans Day 11 November

Thanksgiving Day 4th Thursday in November

Christmas Day 25 December

If a holiday falls on Sunday, the following Monday will be observed as the National Holiday. When a holiday falls on a Saturday, the preceding Friday is observed as a National Holiday by the U.S. Government agencies. Also included would be any day specifically declared by the President of the United States of America as a National Holiday.

4. Applicable Provisions and Clauses:

The following clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions - Commercial Items, with the following added as addenda to the clause, Addendum to 52.212-4 Contract Terms and Conditions-Commercial Items; 52.219-18; 852.203-70; 852.211-70; 852.219-10; 852.232-72; 852.246-71; 852.246-71; 52.212-4; FAR 52.252-2, http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-4) 52.203-17; 52.204-4; 52.204-9; 52.204-13; 52.232-40; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (of which 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-1, 52.225-13, and 52.232-34 are applicable).

The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial; 52.216-1, firm-fixed price; 52.232-38; 52.233-2; 852.233-70; 852.233-71; 852.252-70; http://www.acquistion.gov/far/index.html, and http://www.va.gov/oal/library/vaar/index.asp/ (end of addendum 52.212-1) 52.204-7; 52.212-2; 52.212-3.

5. Offer Evaluation and Award.

This is a competitive Request for Quotations (RFQ) that will be evaluated under FAR Part 12 and 13. The Government will issue a Firm-Fixed Price Purchase Order resulting from this solicitation to the responsible offeror whose offer conforms to the requirements within this solicitation and will be the most advantageous to the Government. Best Value will be how the quotes are evaluated. The following factors will be used in evaluation:

Technical; Delivery; Past Performance; and Price.

An Offeror s initial quote shall contain the best terms from a price and technical standpoint. Offerors are reminded that representatives from your company SHALL NOT contact any CLE VAMC personnel to discuss this RFQ during the solicitation and evaluation process.

5. Procedure for submitting documents to the Department of Veterans Affairs.

DOCUMENTS THAT ARE TO BE PROVIDED TO THE CONTRACTING OFFICER WILL BE SUBMITTED USING THE APPROPRIATE VEHICLE BELOW.

email: rachelle.hamer@va.gov

6. Submission of Offer.

All information shall be submitted in the manner described below and offerors who do not submit all information may not be considered for award.

Set-Aside Requirement: Only verified SDVOSB firms are eligible to submit an offer or receive an award of a VA contract that is set-aside for SDVOSBs or VOSBs in accordance with VAAR Part 819. A non-verified vendor that submits a bid or proposal should be rejected as non-responsive or technically unacceptable as listing in VIP is not self-correctable as a minor informality as, for example, a listing in SAM. All other purported SDVOSBs and VOSBs must apply for and receive verified status in accordance with 38 CFR Part 74 and be listed in VIP prior to submitting a bid or offer on an acquisition conducted in accordance with VAAR Part 819. The VIP database will be checked both upon receipt of an offer and prior to award.

Contractor shall provide an authorized distribution letter. The Contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized Contractor reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The Contractor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

Quote must be good for 90 calendar days after close of this Combined Synopsis Solicitation.

This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov.

To be considered for award, ALL beds being quoted on shall be tested with the NaviCare nurse call system, to ensure all data points are working to the fullest extent. If a data point does not work, the quote will be considered technically unacceptable.

A mandatory site visit will be held on Tuesday, August 13, 2019 from 10am to 4pm EST. Please call ahead to the number below to reserve a spot for the bed testing. All contractors will meet the VA staff at The Department of Veterans Affairs, 10701 East Blvd., Cleveland, OH 44106, in the Cares Tower 8th floor. Please email rachelle.hamer@va.gov to acknowledge attendance. Any questions for directions, please contact Rachelle Hamer, Contract Specialist, at either Rachelle.Hamer@va.gov or 216-447-8300 X49611.

Quotes are to be broken out to include line item pricing for each line item.

RESPONSES ARE DUE: Wednesday, August 21, 2019 at 5PM EST. Offers will only be accepted electronically via e-mail to rachelle.hamer@va.gov. Enter RFQ 36C25018Q0976| CLC Beds Cleveland in the email subject line.

Opportunity closing date
21 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Medical Center United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?