Wyoming Bids > Bid Detail

6515--Medical/Surgery/ICU Hospital Beds Cheyenne VA Medical Center

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159912476854816
Posted Date: Jul 29, 2023
Due Date: Aug 3, 2023
Solicitation No: 36C25923Q0729
Source: https://sam.gov/opp/c6a8b2c5b5...
Follow
6515--Medical/Surgery/ICU Hospital Beds Cheyenne VA Medical Center
Active
Contract Opportunity
Notice ID
36C25923Q0729
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 19 (36C259)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
  • Original Published Date: Jul 27, 2023 06:12 pm MDT
  • Original Response Date: Aug 03, 2023 03:00 pm MDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Cheyenne VA Medical Center Cheyenne , WY 82001
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 5 of 5
Sources Sought Notice

Sources Sought Notice

Page 1 of 5
This is NOT a solicitation or request for quote (RFQ). This is NOT a request for proposal (RFP). This is NOT a job advertisement for hiring employees. The VA is seeking QUALIFIED VENDORS to provide a very brief response to this notice including only just what is asked for in this notice below. This is sources sought notice to industry and the only information is posted on Contract Opportunities web page at SAM.gov. Sources sought means seeking qualified vendors. The attachments included on the Contract Opportunities page do not include any additional information.

If your company is interested, please read this notice entirely and submit the required information, as requested herein.

Brand Name or Equal Stryker Procuity Hospital Beds
Cheyenne VA Health Care System, Wyoming

BRIEF SCOPE OF WORK
(This is for information only)

IMPORTANT NOTE: This Sources Sought is for market research purposes only (to determine the socioeconomic status of interested companies). No award will be made off this posting.

The Cheyenne VA Health Care System (CHY VAHCS) requires (16) Procuity LEX beds with Isotour Premium, (6) Procuity ZMX beds with Isolibrium, (3) Iso Tour Inflation Pumps, and (3) 12 gel bed extender pads or equal products. The ICU and Surgical services need to replace their current hospital beds for Veteran patient care due to the equipment reaching end of life status.

Salient Characteristics:
(16) MedSurg Inpatient beds Procuity LEX beds (MPN: 3009PX-LEX-450) with 3 bed extensions (MPN: 2872000810) and 3 specialty mattress pumps (MPN: 2874000001). *Brand Name or Equal*

The following requirements are essential:

Shall have a minimum weight capacity of 550 lbs.
Shall have powered foot and head risers
Shall have mattresses that are capable of being converted to a specialty mattress with addition of pump, not an overlay system.
Mattress shall be a gel-type surface
Shall have a low position of 11.5 for MedSurg
Shall be capable of extending foot of bed by 12 . The extension ability shall be integrated within the frame with no additional equipment related to the frame of the bed required. Extension shall only require an addition of padding or mattress to facilitate extension.
Shall be equipped with pendants for all beds
Shall be equipped with adaptive bed exit alarm that has three zones with three levels of sensitivity. The alarm shall be capable of decreasing sensitivity on a particular section if the correlating siderail is fully upright. Additionally, the alarm should be a higher sensitivity in zones where the siderail is down (not impeding the exit of the bed). The alarm shall have a visual component such as a light that indicates if the alarm is armed or unarmed that can be seen from a distance of 15-20 feet. The alarm shall also have a prompt to re-arm the alarm once weight is sensed on the mattress with a light indicator with different colors. Alarm shall also have the ability to be viewed wirelessly from another location.
Shall be equipped with a scale that is capable of weighing in any position and the ability to add and remove equipment while bed is occupied
Shall be equipped with a foot control that has a visual notification for bed alarms
Shall be equipped with Wi-Fi ability for future integration of technology
Shall have a minimum of 1-year warranty
Shall have 4 independent side rails. Additionally, the side rails shall be capable of being monitored remotely via wireless connection.
Shall have nurse call light integration
Auxiliary power shall be present
All beds shall be equipped with mattresses with above requirements
All beds shall have functional locking brakes
All beds shall have hospital grade plugs
All beds shall have IV polls
Shall have USB power source on at least on side rail
Oxygen tank storage shall be present for transportation
A steering mode shall be present for all beds
(6) ICU Inpatient beds Procuity ZMX beds (MPN: 3009PX-ZMX-600). *Brand Name or Equal*

The following requirements are essential:

Shall have a minimum weight capacity of 550 lbs.
Shall have powered foot and head risers
Shall have mattresses that is capable of turn assist and pulmonary therapy with automated turns.
Mattress shall be a gel type surface
Shall have a low position of 14 for ICU
Shall be capable of extending foot of bed by 12 . The extension ability shall be integrated within the frame with no additional equipment related to the frame of the bed required. Extension shall only require an addition of padding or mattress to facilitate extension.
Motorized drive assist shall be present on ICU beds
Shall be equipped with pendants on all beds
Shall be equipped with adaptive bed exit alarm that has three zones with three levels of sensitivity. The alarm shall be capable of decreasing sensitivity on a particular section if the correlating siderail is fully upright. Additionally, the alarm should be a higher sensitivity in zones where the siderail is down (not impeding the exit of the bed). The alarm shall have a visual component such as a light that indicates if the alarm is armed or unarmed that can be seen from a distance of 15-20 feet. The alarm shall also have a prompt to re-arm the alarm once weight is sense on the mattress. Alarm shall also have the ability to be viewed wirelessly from another location.
Shall be equipped with a scale that is capable of weighing in any position and the ability to add and remove equipment while bed is occupied
Shall be equipped with a foot control that has a visual notification for bed alarms
Shall be equipped with Wi-Fi ability for future integration of technology
Shall have a minimum of 1-year warranty
Shall have 4 independent side rails. Additionally, the side rails shall be capable of being monitored remotely via wireless connection.
Shall have nurse call light integration
Auxiliary power shall be present
All beds shall be equipped with mattresses with above requirements
All beds shall have functional locking brakes
All beds shall have hospital grade plugs
All beds shall have IV polls
Shall have USB power source on at least on side rail
Oxygen tank storage shall be present for transportation
A steering mode shall be present for all beds

The Contractor, its employees, agents, and subcontractors shall not be considered VA employees for any purpose of fulfilling the PWS and shall be considered employees of the Contractor. Contractor shall furnish all labor, materials, equipment, tools, shipping, transportation, insurances, licenses, certifications, and supervision necessary to provide services in accordance with this Performance Work Statement (PWS). The Contractor is responsible for all charges and fees related to disposal of materials generated by the Contractor.

This is anticipated to be a commercial supply acquisition under the authority of FAR Part 12, Simplified Acquisition Procedures for Commercial Items.

The work will be performed for the following locations:

Cheyenne VA Health Care System (CHY VAHCS)
2360 E. Pershing Blvd.,
Cheyenne, WY 82001
IMPORTANT NOTE: This RFI (Request for Information) is for information only.
No award will be made from this RFI.

QUALIFIED VENDOR: A qualified source has the a) necessary equipment, vehicles, personnel, resources and current operations as well as b) recent experience (within past 3 years) of performing services of a comparable size, scope and complexity, AND c) OEM certified technicians to perform services with unrestricted access to the facility during inclement weather, as well as immediate access to OEM software updates. A qualified source also has current and valid registration in System for Award Management (SAM), https://www.sam.gov). A qualified source will also be able to comply with Limitations of Subcontracting pursuant to FAR 19.507.

Please communicate via e-mail to Stephanie.Cahill@VA.Gov copying Douglas.Buffington@VA.Gov by 3:00 PM MST on 3 August 2023 as to your company s ability to perform service per this brief Scope of Work.

If interested, please provide the following:

Provide company s capability statement describing ability to provide equipment that meets or conforms to the salient characteristics listed above *include specification or brochure documents for confirmation of equivalent products*

Company s business size in relation to NAICS 339113 and socio-economic category (SDVOSB/VOSB/WOSB/Large Business):
SAM UEI:
FSS/GSA contract # (if applicable):
Estimated lead time:

Only written responses, to items 1 through 5 above, will be accepted at this stage. Information is being gathered for market research purposes only. Industry exchanges and vendor teleconferences are at the discretion of the Contract Specialist. This is not a request for quotes.

DISCLAIMER: This is a Request for Information (RFI) from industry in accordance with Federal Acquisition Regulation (FAR) 15.201(e) and on the requirement, that exists for the VA Medical Center(s) identified in this RFI. This is not a request for quote and not a contract. This announcement is not a request for proposals; therefore, responses to the RFI are not considered offers and cannot be accepted by the Government to form a binding contract. This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responders are solely responsible for all expenses associated with responding to this RFI. No classified information should be included in the RFI response. Should you have concerns regarding this RFI you may request to contact the Contracting Office that will be assigned this requirement by emailing the sender of this RFI.

Questions must be addressed in writing to the Contract Specialist. Requests for VA-business sensitive information, to include VA budget information, VA acquisition planning information, acquisition methods, strategies and set-asides must be addressed via the VA FOIA process: https://www.va.gov/foia/

Thank you for your interest in doing business with the VA. To learn more about the VA Mission, Vision, Core Values & Goals visit https://www.va.gov/about_va/mission.asp

To understand the latest updates on the Veterans First Contracting Program visit https://www.va.gov/osdbu/verification/veterans_first_contracting_program_adjustments_to_reflect_the_supreme_court_kingdomware_decision.asp

To find out how to do business with the VA visit https://www.va.gov/osdbu/library/dbwva.asp

To become a CVE-verified VOSB or SDVOSB visit https://www.vip.vetbiz.va.gov/
Attachments/Links
Contact Information
Contracting Office Address
  • 6162 S WILLOW DR SUITE 300
  • Greenwood Village , CO 80111
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 27, 2023 06:12 pm MDTSources Sought (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 >