United States - Q--hospital beds rental - request for quote brand Name only

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
17 September 2019
Opportunity publication date
08 September 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Sep 07, 2019 1:07 pm

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information

Document Type: Combined Synopsis/Solicitation

Number: 36C24519Q0406

Posted Date: 09/07/2019

Original Response Date: 09/17/2019

Current Response Date: 09/17/2019

Product or Service Code: Q201

Set Aside: 100% SDVOSB

NAICS Code: 339113

Contracting Office Address

Washington D.C. Veterans Affairs Medical Center (VAMC)

50 Irving St NW

Washington, D.C. 20422

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; written quotations are being requested, and a written solicitation document will not be issued.

The solicitation number is 36C24519Q0406 and the solicitation is issued as a Request for Quotations (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) number 2019-05.

This is a 100% total set-aside for Service-Disabled Veteran Owned Small Business (SDVOSB). The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 employees.

The Washington D.C. VAMC is seeking to purchase Hospital Beds Rental (Brand Name Only: Sizewise) on a base year plus four (4) one-year option periods.

All interested companies shall provide quotation(s) for the following:

Supplies/Services

A.1 PRICE/COST SCHEDULE

ITEM INFORMATION

ITEM NUMBER

DESCRIPTION OF SUPPLIES/SERVICES

QUANTITY

UNIT

UNIT PRICE

AMOUNT

0001

12

MO

__________________

__________________

44 PATIENTS ON EQUIPMENT - OF THOSE PATIENTS HERE IS THE BREAKDOWN: 40 PATIENTS ON AIR SUPPORT SYSTEMS (MATTRESSES & BLOWER/PUMPS) 20 PATIENTS ON BED FRAMES

PSC: Q201

CONTRACT TYPE: FIRM-FIXED PRICE

CONTRACT PERIOD: BASE

POP BEGIN: 09-30-2019

POP END: 09-29-2020

GRAND TOTAL

__________________

To follow are the Salient Characteristics for the Sizewise Specialty Mattresses to satisfy Veterans individual health needs. Each is unique are the individual health needs of our veterans.

CLC department

1. Carewise Mattress Size Wise 3.1 features two layers of foams : a newly designed top layer featuring softer foam for more comfort and better pressure Redistribution. The top cover is highly moisture resistant, antimicrobial and low shear.

Key Specifications :

a. Surface Length 76 80 , 84

b. Surface With 35.5

c. Wt Capacity 300lbs

d. Made in USA

Clinical Use PI Prevention Treatment

2. Air Hercules Patient Reposition Mattress (Sizewise Low air Loss pulsation mattress with an innovative drive unit and specialized sheet that positions a veteran in bed in a matter of seconds: A special need for Spinal cord injuries.

Key Specifications:

a. Surface length 90

b. Surface width 39 or 48

c. Therapy Modes (s) Pulsation

d. Weight Capacity 850 lbs.

e. Made in USA

Clinical Use

Bariatric

Caregiver injury prevention

Geriatrics

PI prevention/Treatment

Rehabilitation

Safe veteran handling

Wound care

3. Big Turn Air Mattress (Sizewise System provides full body continuous lateral rotation therapy for immobile Bariatric veterans and or those suffering from pulmonary complications. System also support Kinetic Therapy with a rotation of 40 degrees or more in conjunction with continuous clinically effective low air loss therapy to assist in wound management protocols

Key Specifications

a. Surface Width 39 or 48

b. Therapy Mode (s) Pulsation Rotation

c. Wt. Capacity 1000 lbs.

d. Made in USA

Clinical use

Bariatric

PI Prevention/Treatment

4. Mighty Air Mattress (Size Wise Bariatric therapeutic air support surface designed to prevent and treat pressure injuries . Alternation therapy offers active pressure redistribution in 2 therapy modes: 1in 3 Alteration low Air loss and Static low air loss. Keep skin cool and dry . Top cover is free from harmful chemical or concern, vapor permeable , low friction and anti -shear.

Key Specifications

a. Surface Width 39 or 48

b. Therapy Mode (s) Alternation

c. Wt. Capacity 1,000lbs

d. Made in USA

Clinical Use

Bariatric

PI Prevention

5. Immerse Air Mattress (Size wise Used for veterans at risk or suffering pressure injuries. Utilizes automatic pressure adjustment in zoned areas of the body for superior pressure redistribution and comfort. Control microclimate while pulsation mode aids in capillary blood flow to the skin Fowler feature allow increased airflow to the mattress when the head section of the bed is elevated, Top cover is vapor permeable, low friction and anti-shear.)

Key Specification

a. Surface width 35 . 39 42 or 48

b. Therapy mode (s0 Immersion Pulsation

c. Wt. Capacity 600 or 1, 000 lbs.

d. Both bariatric and non- bariatric configurations

e. Made in the USA

Clinical Use

PI Prevention/Treatment

Wound Care

Relative to the need of individual veterans each of the above mattress are used in the CLC

SCU/MCU care

Specialty bed surfaces may be required for patients/residents for following reasons:

a. Patient at high risk for skin breakdown as determined by the following: low Braden Score putting the patient in the high-risk category, past history of skin breakdown, body contractures, or other health condition/medication that makes the patient unable to make small changes in position on their own or verbalize pain or discomfort.

b. Patient with pressure injuries no matter what stage on multiple areas that complicates or makes it impossible to position the patient off the injury.

c. Patients that may need increased air flow due to incontinence that increases the chance of microsystem related skin breakdown.

d. Patients with Stage III or Stage IV Pressure Injury on any skin area.

e. Patients with body weight, height, or size that is over the weight limit or height for a standard bed surface.

f. Patients recovering from skin flap or other surgical wound related procedure.

Bed Frames other than standard may be required for the following reasons:

a. Patients at high risk of falls who are unable to follow direction to call for assistance

b. Patients at high risk of fall with a subsequent injury due to medications, health condition, or mobility issues.

c. Patients who may need bed height adapted other than a standard bed frame to allow for safe transfers and prevent falls and subsequent injury.

A.2 DELIVERY SCHEDULE

ITEM NUMBER

QUANTITY

DELIVERY DATE

0001

SHIP TO:

WASHINGTON D.C. VA MEDICAL CENTER

WAREHOUSE

50 IRVING ST NW

WASHINGTON, DC 20422

USA

12

09/29/2020

MARK FOR:

KEYANA WILDER

202-745-8000, X 52332

KEYANA.WILDER@VA.GOV

The full text of FAR provisions or clauses may be accessed electronically at https://acquisition.gov/browse/index/far

The following contract clauses apply to this acquisition as well as the ones mentioned after this description: (See also Attachment A)

FAR 52.212-4, Contract Terms and Conditions Commercial Items [Oct 2018] Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text.

FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders [May 2019] Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text.

The following solicitation provisions apply to this acquisition as well as the ones mentioned after this description: (See also Attachment A)

FAR 52.212-1, Instructions to Offerors Commercial Items [Oct 2018]

FAR 52.212-2, Evaluation Commercial Items [Oct 2014] - The Contractor shall be an Authorized Distributor and shall provide an Authorized Distributor letter from the manufacturer to verify the Vendor is an Authorized Distributor of the product/service they are providing. (a) The Government will award a contract resulting from this solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government. The following factor shall be used to evaluate quotes: Price Only.

FAR 52.212-3, Offerors Representations and Certifications Commercial Items [Oct 2014] - Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://beta.sam.gov/ in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

SDVOSB and VOSB socio-economic categories must be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via https://www.vip.vetbiz.va.gov/ (VetBiz) prior to award if selected.

This is an open-market combined synopsis/solicitation for supplies as defined herein. The Government intends to award a Firm-Fixed Price (FFP) purchase order/contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

Quoter shall list exception(s) and rationale for the exception(s).

Submission of quotes shall be received no later than 11:59 p.m. (est) on September 17, 2019 only via email to David Valenciabonilla, Contracting Officer. Late submissions of quotes will not be evaluated, accepted, or considered for award.

Any questions or concerns regarding this solicitation should be forwarded only in writing only via e-mail to the Contracting Officer, David Valenciabonilla at David.Valenciabonilla@va.gov.

Opportunity closing date
17 September 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Veterans Affairs Department of Veterans Affairs Health Care System 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?