Georgia Bids > Bid Detail

6515--BARIATRIC BEDS (VA-24-00049904)

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159528891599041
Posted Date: Mar 5, 2024
Due Date: Mar 20, 2024
Source: https://sam.gov/opp/19a2beebd6...
Follow
6515--BARIATRIC BEDS (VA-24-00049904)
Active
Contract Opportunity
Notice ID
36C24724Q0393
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
247-NETWORK CONTRACT OFFICE 7 (36C247)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 05, 2024 09:32 am EST
  • Original Date Offers Due: Mar 20, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 19, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Charlie Norwood VAMC Augusta , GA 30904
    USA
Description
Combined Synopsis-Solicitation for Commercial Products and Commercial Services
Effective Date: 03/15/2023
Revision: 01
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; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, February 23, 2024.

This solicitation is set-aside for Service-Disabled Veteran Owned Small Businesses

The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 800. The FSC/PSC is 6515.

The Charlie Norwood VAMC, located at 1 Freedom Way, Augusta, GA is seeking to purchase Bariatric Beds.

All interested companies shall provide quotations for the following Brand Name or Equal Items:

Supplies

ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Compella Base Frame
LOCAL STOCK NUMBER: CBB-BASE
14.00
EA
__________________
__________________

0002
Low Air Loss Surface
LOCAL STOCK NUMBER: CBB-TURN
14.00
EA
__________________
__________________

0003
Continuous Lateral Rotation
LOCAL STOCK NUMBER: CBB-CLRT
14.00
EA
__________________
__________________

0004
IntellidriveXL with 6" Casters
LOCAL STOCK NUMBER: CBB-ID
14.00
EA
__________________
__________________

0005
Patient Position Monitor,3 Level Adv Bed Exit Alarm
LOCAL STOCK NUMBER: CBB-PPM
14.00
EA
__________________
__________________

0006
Nurse Call in Siderail
LOCAL STOCK NUMBER: CBB-SNC
14.00
EA
__________________
__________________

0007
Patient Helper
LOCAL STOCK NUMBER: CBB-PH
14.00
EA
__________________
__________________

0008
Pendant
LOCAL STOCK NUMBER: CBB-PNT
14.00
EA
__________________
__________________



GRAND TOTAL


New Equipment ONLY; NO remanufactured or "gray market" items.
Items should meet or exceed similar items produced by Hill-Rom Company.
Delivery shall be provided no later than 30 days after receipt of order (ARO).

STATEMENT OF WORK

GENERAL INFORMATION

Purpose: Procurement of replacement Bariatric Frame and Therapy Surface mattress.

Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor shall procure, deliver, and install 14 bariatric bed frames and therapy surface mattresses meeting the specifications outlined on the salient characteristics document and specified in this SOW.

Background: The VA Augusta Health Care System is requesting to replace the current bariatric beds (weight capacity of 1000 pounds) and therapy surface mattresses with newer technology to provide safer patient care and decrease injury to staff using the bed. Patient safety items include: Fall prevention, Pressure Injury Prevention, and staff safety includes using the bed frame with a powered width expansion decreasing manual pulling/pushing by using a powered width expansion from 40 to 50 and staff using a powered transport to prevent staff from manually pushing bed which can lead to injury.

Performance Period: This is a onetime purchase; delivery and installation should be completed within thirty (30) days from date of award.

Type of Contract: Firm-Fixed-Price.

Place of Performance: Delivery must be made to Charlie Norwood VA Medical Center, 1 Freedom Way, Building 111 Warehouse, Augusta GA 30904.

Hours of Operation: Warehouse deliveries are accepted between 8am and 3:30pm, Monday through Friday, excluding holidays.

Hospital normal hours of operation are between 8am and 4:30pm, Monday through Friday, excluding holidays.

Federal Holidays

New Year s Day January 1st
Martin Luther King s Birthday 3rd Monday in January
President s Day 3rd Monday in February
Memorial Day Last Monday in May
Independence Day July 4th
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veteran s Day November 11th
Thanksgiving Day Last Thursday in November
Christmas Day December 25th
GENERAL REQUIREMENTS

Contractor must provide bariatric bed (maximum weight capacity 1000 pounds) that meets the specifications outlined in the salient characteristics document and the below SOW listed system requirements:

The bariatric bed must have a patient weight range 250-1000 lbs (113-454 kg) with a maximum weight capacity of 1000 lbs
The bariatric bed must have a low position sleep deck to floor 18.5" (47 cm)
The bariatric bed must have a high position sleep deck to floor 26.8" (68 cm)
The bariatric bed must have a transport position sleep deck to floor 17" (43 cm)
The bariatric bed must have a minimum overall width (width extenders retracted) 43" (109 cm)
The bariatric bed must have a minimum overall length (foot extension retracted) 91" (231 cm)
The bariatric bed must have a maximum patient weight capacity 1,000 lbs (453.6 kgs)
The bariatric bed must have a powered width expansion 40" - 50" (101 or 127 cm)
The bariatric bed must have a powered length adjustment 80" - 88" (203 cm - 224 cm)
The bariatric bed must have a digital head-of-bed Indicator and Alert
The bariatric bed must have a scale
The bariatric bed must have a scale system that must have a Accuracy 1% of patient weight (with sleep deck flat), weighs in any position, and have a scale weight capacity 1,000 lbs (453.6 kgs)
The bariatric bed must have a battery backup
The bariatric bed must have a nightlight
The bariatric bed must have a integrated caregiver and patient controls in side rail
The bariatric bed must have a frame that reduces patient from sliding, i.e. reduce patient migration
The bariatric bed must have a power motorized transport drive with 6" casters
The bariatric bed must have a integrated bed exit alarm with three levels of sensitivity
The bariatric bed must have a Nurse Call ready
The bariatric bed must have a Nurse Call capability and Nurse call located in Siderail
The bariatric bed must have a removable single-post trapeze bar
The bariatric bed must have a bed controls and Nurse call button in the siderail
The bariatric bed must have a bed controls and Nurse call button in the pendant
The bariatric bed must have a CPR quick-release handle
The bariatric bed must have a English Language Labels
The bariatric bed must have an IV Pole
The bariatric bed must have a line management system at top of bed frame located at head-of-bed right and left side which holds IV lines in place
The bariatric bed must have a Caster size 6" (15 cm)
The bariatric bed must have a four-wheel braking
The bariatric bed must have a brake not set alert
The bariatric bed must have a brakes lock both rolling & swiveling
The bariatric bed must have a Head section 0-50°
The bariatric bed must have a Head-of-bed angle indicator
The bariatric bed must have a 30 degree Head-of-bed angle alert
The bariatric bed must have a Knee section 0-30°
The bariatric bed must have a Max Tilt/Reverse Tilt 0-9°
The bariatric bed must have a Power requirements 120v, 60 cycle AC,
Fuse 15A, with a maximum current 9.9A,
The bariatric bed must have a straight power cord
The bariatric bed must have a low air loss surface with weight-based pressure redistribution surface, turn assist, and integrated Continuous Lateral Rotation Therapy (CLRT)
The bariatric bed must have a low air loss surface width 40 to 50
The bariatric bed must have a low air loss surface length while inflated 80 to 88
The bariatric bed must have a low air loss surface height while inflated (low air loss model) 8.5

Contractor will include a trade-in value for each old (trade-in) bed frame and the removal of all 14 bed frames from the medical center at no cost to the government.

Contractor shall complete installation and configuration for the bed frames and therapy surface mattresses and all associated equipment.

Contractor must test and certify that the bed frames and therapy surface mattresses and associated equipment meet manufacture and any other healthcare safety standards. Contractor shall certify that the system is ready and safe for patient use after testing.

Contractor shall provide a listing of all recalls and/or Safety Alerts, for the past 12 months.

Contractor shall provide a copy of all service literature (2 Technical and 2 Operating manuals), including any necessary service and maintenance software, keys, and or passwords.

Contractor shall provide a one-year manufacturer s warranty at no cost to the government.

END SOW
Place of Performance/Place of Delivery
Address:
Charlie Norwood VAMC
1 Freedom Way
Augusta, GA
Postal Code:
30904-6258
Country:
UNITED STATES

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

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items apply to this solicitation with the following addenda, VAAR 852.212-70Â Provisions and Clauses Applicable to VA Acquisition of Commercial Items; VAAR 852.270-1 Representatives of Contracting Officers.
FAR 52.212-3, Offerors Representations and Certifications Commercial Items

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal 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.

The following contract clauses apply to this acquisition:
1. FAR 52.212-4, Contract Terms and Conditions Commercial Items (Nov 2023) with the following addenda, VAAR 852.203-70 Commercial Advertising; VAAR 852.237-76 Award to Single Offeror

2. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Feb 2024)

The following subparagraphs of FAR 52.212-5 are applicable:
52.219-6, 52.219-8, 52.219-28, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-41, 52.222-44, 52.225-1, 52.232-34,

All quotes shall be sent to the Darius Crane, NCO 7 Contracting Officer email darius.crane@va.gov. Please place in ATTENTION: 36C24724Q0393 BARIATRIC BEDS in the subject line of your email. All offers must include the solicitation number. Submission of your response shall be received not later than March 20, 2024, at 16:00 pm. Only electronic offers will be accepted.

The Government anticipates awarding a single contract resulting from this solicitation to the vendor whose products / services conforms to all solicitation requirements and offer the best value as compared to other vendors' products / services. Interested parties are instructed to submit your best quote with their initial submission. Submitted quotes shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated.

The award will be made to the response most advantageous to the Government.
Responses should contain your best terms, conditions.

All quoters shall submit the following to be considered acceptable for award:

Documentation that confirms the company/employee are manufacturer authorized resellers/distributors and installers of the quoted items.
Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at www.sam.gov
If you are quoting/offering or equal items, the offeror must clearly identify the exact make, model, manufacturer, and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the equal product meets or exceeds the requested item(s) will not be considered for award. This is not applicable to offerors that are quoting EXACT MATCH items.

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:"
Quoters shall list exception(s) and rationale for the exception(s), if any.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Darius Crane
Contracting Officer
darius.crane@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • ONE FREEDOM WAY
  • AUGUSTA , GA 30904
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 05, 2024 09:32 am ESTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >