The RFP Database
New business relationships start here

MED/SURG Hospital Beds (Qty 103) ***Set-Aside SDVOSB/VOSB***


Indiana, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

Page 1 of



Page 1 of
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 announcement constitutes the only solicitation; quotes to be requested and a written solicitation will not be issued.
This solicitation RFQ-36C25019Q793-1 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 750.
The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) and Veteran Owned Small Business (VOSB). Note, interested Service Disabled Veteran Owned Small Business and Veteran Owned Small Business Offerors must be listed and verifiably registered in Vetbiz.gov to qualify for this set-aside.
The Department of Veterans Affairs, Network Contracting Office 10 (36C250) is seeking potential sources for Medical-Surgical Hospital Beds with mattresses, to be provided for the Richard L Roudebush VA Medical Center (RLR VAMC), 1481 West 10th Street, Indianapolis, IN 46202.
The RLR VAMC plans to replace a quantity of 103 patient medical/surgical hospital beds due to VA requirements to improve patient safety at this facility. Additionally, the present beds have reached their established end of cycle life. The RLR VAMC has determined that it is critical that the replacement beds must have been designed and fabricated as a designated medical/surgical hospital grade bed.
Modified, upgraded or refurbished beds originally manufactured for other/multi-purposes will not be considered. Equally critical, proposed beds must be able to seamlessly integrate into the facility s existing Rauland Responder 5 bed status/monitoring system (without the procurement of additional equipment and/or services). This system works via Wi-Fi and is crucial of the safety and accountability monitoring of patients in the hospital.
The base required equipment is produced/manufactured by Stryker (S3 Med/Surg Bed, model number 3005S3). Salient characteristics for this Stryker product are listed below and are illustrative in nature only. No partial submissions will be accepted. The Government reserves the right to make no award at all. Name Brand or Equal to products are to be provided in accordance with FAR 52.211-6. Any or equal response shall include manufacturer plus parts list, along with details on how the listed item(s) match or exceed the salient characteristics.

SUPPLIES

Line Item
Description
Quantity
3002S3ZOOM
STRYKER S3 MED/SURG IBED
103
3006999500
SCALE MED/SURG IBED
103
5212999007
IBED WIRELESS (WiFi) W/RLS (Real-Time Locating System) OPTION
103
2035112000
IV POLE 2 STAGE H/E
103
3006500115
IBED AWARENESS BED CONTROL UNIT OPTION With/Scale, Bed Exit, and Zone Control), Color Blue
103
2861000025
STRYKER AIR PUMP FOR THE ISOFLEXLAL MATTRESS WITH LOW AIR LOSS, W/SRFC, 115V, CORD B
103
2860000019
ISOFLEX LAL (FOAM/GEL) MATTRESS WITH LATEX FREE AND FIRE BARRIER COVER, LENGTH 80 /84 , WIDTH 35 , THICKNESS 6 , WEIGHT CAPACITY OF 500 LBS
103


MED/SURG HOSPITAL BED SALIENT CHARACTERISTICS:
All Med/Surg replacement beds must meet the following minimum TECHNICAL requirements:

Beds must be able to send alerts to the currently in place Rauland Responder 5 Nurse Call Management via wireless transmission or wall pin. The beds must be able to send bed exit alarms, siderail alarms, and bed positioning alarms to the Rauland system.
(Rauland Responder 5 is an advanced Nurse Call system that integrates to the leading manufacturers of wireless phones, pagers and Real-Time Locating System (RTLS) and corridor light signaling above the patient s room. This system allows for instant communication with the bed bound patient service needs as well as, notifying the nurse when patient leaves their bed un-assisted. The system is commonly assigned to either a button on the hospital bed and/or part of the bed remote control through wireless connection.)
Wireless compatibility to the facility s existing SSID (Service Set Identifier) Wi-Fi network
RF Band Requirements: 2.4Ghz, 5Ghz
Encryption: AES and TKIP
Authentication: WPA/WPA2 Pre-shared Key, PEAP-MSCHAP-V2
Supported Data rates: 802.11b/g: 1-54 Mbps
802.11a: 6-54Mbps
802.11n: MCSO-6
Designed redistribute pressure and automatically adjusting to the patient s weight, size/height, as well as help manage heat and moisture with the patient s contacted skin
Bed position/adjustment communication capabilities (Wi-Fi)
Bed integrated visual and audible notification if preset bed parameters have been met (in-compliance), as well as provide notification if changed (Wi-Fi)
Bed must be able to monitor patient position in no less than 3 different zones of the mattress area (Wi-Fi)
Patient exit communication technology capabilities; to include an auto-reset (re-arm) feature/technology (Wi-Fi)
Patient scale capabilities (Wi-Fi) Bed scale operation must be patient locked and scale operations must be able to weight patient while in any position on the bed. Weights must be able to be locked in Kilogram unit of measure reporting. Scale controls need to be in an ergonomically appeasing location on units
Ability to electronically self-diagnose and report operational faults (Wi-Fi)
Ability to electronically monitor the beds real-time location within the facility (Wi-Fi)
Integrated electronic monitoring of annual maintenance requirements
Auditable LOW BATTERY alert notification
Therapy Control Unit (TCU) Hand controls
Bed surface comfort adjustment controls
Pillow speaker interface capability
Pendant control w/integrated TV control capability

All Med/Surg replacement beds must meet the following minimum Mechanical Salient Characteristics:
Minimum patient weight of up to 500 pounds
The maximum bed length must be 95 ; maximum width 40 with siderails down, 42 with siderails up
Height range minimum must be 15 from the floor and a maximum of 35 from the floor
Compatible with a pressure redistribution style mattress system
Option for both manual and automatic steering
Height adjustment is required to be automated- no manual pumping will be considered
Retractable frame design for both patient safety & safe patient handling
Brake pedal must be accessible when bed, or rails are in any position
Bed can transport a patient in any high or low position
Litter Positioning capabilities:
Backrest- 0-60 degrees
Knee Gatch 0-40 degrees
Trendelenburg/Reverse Trend. +12/-10 degrees
Requirement that head of bed must be able to be locked at 30 degrees
One Hand (tool less), side rail release; side rails must have at least three positions: full up, intermediate, and full down; must include lockability in all positions (intermediate position for use in entry/exit of bed by patient). Minimum of two patient grip points per rail & position control (release/lockout) on each rail
CPR release for bed (accessible from both left side, right side, and foot of the bed)
CPR-Ready headboard
Vertically adjustable headboard height, via automated adjustment
Must include: foley bag holders, pump rack, IV pole/stand, and integrated restraint holders
All accessories (pump rack, IV pole, etc..) and accessory outlets must not obstruct patient egress points from bed
All moving components of the bed including deck joints motor clevis joints, casters etc. are to be self-lubricating and maintenance free
Meets ANSI/AAMI 60601-1, 3rd edition standards; ANSI/AAMI 60601-11, and IEC 60601-2-52 3rd edition standards for electrically operated medical beds

All Med/Surg replacement beds must meet the following minimum MATTRESS Salient Characteristics:
Minimal patient surface area of 35 X 80
No less than a one (1) year warranty on the mattresses; Extended warranty or service contract will be discussed between the vendor and the facility, if applicable
Mattress design must be as low as possible to aid in the reduction of potential patient fall risks
Pressure redistribution style mattress system
Constructed of advanced materials, such as a gel, or other proprietary material(s), to include a moisture wicking, shear management top layer (or similar) encompassing the entire surface area of the mattress
Mattress must be designed with additional support around the perimeter to help support patient when sitting on the edge of the bed

Delivery shall be FOB destination to the Department of Veteran Affairs, VAMC Warehouse, 2669 Cold Springs Road, Indianapolis, IN 46222. Delivery on or before November 30, 2019.
Award shall be made to the vendor whose quotation is determined to represent the lowest price technically acceptable to the Government after review by the evaluation team. Criteria of review will be based on price, technical features, and product literature. Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided.
Section 303 (h) of Public Law 100-656 and Section 210 of Public Law 101-574 incorporated into the Small Business Act a requirement that a recipient of a contract set aside for small business or the Small Business Administration s (SBA) 8(a) contract program, other than the actual manufacturer or processor, must provide the products of a small business. This requirement is commonly referred to as the Non-manufacturer Rule.
The non-manufacturing rule does NOT apply for the NAICS code used for this solicitation.B The SBA has issued a Class Waiver for NAICS code 339113 (hospital beds) as of 10/1/2012.B The SBA s non-manufacturer rule s class waiver list dated 1/1/15 can be accessed HERE.
52.212-1, Instructions to Offerors-Commercial (Oct 2015), applies to this acquisition
52.212-2, Evaluation-Commercial Items (Oct 2014), the Government will award a contract/purchase order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and is determined to be the most advantageous to the Government price considered and be technically acceptable of the salient characteristics. The following factors shall be used to evaluate offers:

Pricing
Authorized SDVOSB/VOSB Distributor
Description of Salient Characteristics
Technical/Specification Features

Price and technical acceptability as applicable will be determined in accordance with the salient characteristics provided. The Government has determined in advance that the Best Value will be the offer with the lowest evaluated price among those offers rated technically acceptable. Government will conduct comparative evaluations of all quotes and award to the vendor which represents the best value based on price and technical acceptability. Once the government determines that there is a vendor that is the best suited to meet the requirements of this RFQ the government reserves the right to communicate with only that vendor to address any remaining issues.

(Addendum to 52.212-2)

Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.

Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter (provided with your quote), as well as technical/specification feature documents (manuals with specs) from the OEM, and the OEM s warranty information. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.

The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right to enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.

52.212-3 Offeror Representation and Certification Commercial Items (FEB 2016) with their offer. Provision at 52.212-3 Offeror Representation and Certification can be accessed electronically at the following web address: http://www.acquisition.gov/far/index.html

52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition.
52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses; 52.204-10. 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.222-50, 52.223-18, 52.225-1, 52.225-13
852.211-70, Contract Terms and Conditions-Commercial Items; Equipment Operation and Maintenance Manuals needed for evaluation of product; applies to this acquisition.
852.215-70, Contract Terms and Conditions-Commercial Items; SDVOSB evaluation factors to this acquisition; applies to this acquisition.
852-219-10, Contract Terms and Conditions-Commercial Items; VA notice of SDVOSB set-aside; applies to this acquisition.
Submission of questions: Must be submitted to the Contracting Officer of this RFQ, in writing, via email to Lillie.grey@va.gov by Wednesday, July 31, 2019, 5:00 pm eastern standard time. All questions will be answered via amendment to this RFQ to be posted by Friday, August 2, 2019 by 5:00 pm. Please DO NOT contact the facility regarding this RFQ.
SUBMISSIONS OF QUOTE: Please state the following on your quote submittal;
Reference line items and itemized pricing
Letter/memo from the manufacture that you are an authorized distributor
Describe which salient characteristics your product meets and which ones they do not
Provide technical literature with specifications for the technical evaluation
Quote must be received by Friday, August 9th, 2019, by 5:00 p.m. eastern standard time. Only electronic offers will be accepted via email to Lillie.grey@va.gov. Please DO NOT contact the facility regarding this RFQ.

Lillie Grey
765-677-6112
lillie.grey@va.gov

lillie.grey@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP