The RFP Database
New business relationships start here

Installation of Ceiling Mounted Patient Lifts


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

COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C25719Q1041
Posted Date:
19 August 2019
Response Date:
5 September 2019
Product or Service Code:
6515
Set Aside (SDVOSB):
SDVOSB
NAICS Code:
339112
Contracting Office Address
Network Contracting Office 10, Kettering, OH Construction Team I
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; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 08-13-2019.

This solicitation is 100% set-aside for a Service Disabled Veteran Owned Small Business (SDVOSB). See VAAR Clause 852.219-10.

The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 1000 employees.

The Roudebush VA Medical Center is seeking to purchase overhead mounted patient lifts.

All interested companies shall submit a quotation for the following:











Schedule of Supplies



Line Item
Description
Quantity
Unit Price
Total Price
0001
GH3+ Private rooms 3x3 traverse lift system with 770 lbs lift capacity. Includes removal of old lift system and install of new lift system. Includes 3 slings with each motor and test certification. All work will be in accordance with the Statement of work.
130


0002
GH3+ - Semi private room 3x4 meter traverse lift system, 770 lbs lift capacity. Includes removal of old lift system and installation of new lift system. Includes 3 slings with each motor and test certification. All work will be in accordance with the Statement of work.
18


0003
GH3+ - Private bariatric room 3x3 meter traverse lift system, 1100 lbs lift capacity. Includes removal of old lift system and installation of new lift system. Includes 3 slings with each motor and test certification. All work will be in accordance with the Statement of work.
12







TOTAL PRICE

Statement of Work

SCOPE OF WORK:

Contractor shall provide a turnkey installation of all overhead mounted patient lifts for the Richard L. Roudebush VA Medical Center, 1481 W 10th Street, Indianapolis, IN 46202. The overhead, ceiling mounted patient lift system shall be complete with track system, lift units, motors and complete structural mounting system to attach to the existing structural/roof system. The contractor shall provide and install a complete XY or H Track Configuration with continuous charge based on the need of each room. A minimum hoist Capacity of 770 lbs., or 1,100 lbs. for bariatric applications must be supported by the product chosen. Installation Service should include removal of all previous overhead mounted patient lifts, appropriate configuration and installation of all Unistrut with direct mounting to the building. The installation shall also include certification for compliance as required by AL14-07PSA Checklist. Service must be provided by OEM certified technician and must use certified OEM parts. All service shall be coordinated through the COR/Richard L. Roudebush VAMC Healthcare Technology Management staff and Clinical staff. Work shall be completed during normal business hours as defined by the contract.

CONFORMANCE STANDARDS:

All services provided under this contract must be performed in conformance with the Original Equipment Manufacturer and Occupational Safety and Health Administration (OSHA) standards and specifications. Work must meet all facility regulations and codes as applicable and must be coordinated with Biomedical Engineering/Healthcare Technology Management (HTM).

HOURS OF WORK:

A. Hours of Work for support are defined as standard hours Monday through Friday from 7 a.m. to 4:30 p.m. local time, not including Federal holidays or Contractor Holidays or as otherwise arranged with the Contracting Officer Representative (COR).

B. The ten holidays observed by the Federal Government are New Year s Day, Martin Luther King Day, President s Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Also, any other day declared by the President of the United States to be a national holiday.

Service:

A. Submittals
a. Contractor shall submit updated AsBuilts/architectural and installation drawings to the COR for approval before installation of each patient lift.
b. Contractor shall submit Certificates of compliance and all VHA required verification documentation upon completion of installation for each lift.
B. Installation
a. Remove old Overhead mounted Patient lift system to clear way for new System
b. Install new Overhead mounted patient lift system as per manufacturer s specifications, installed by manufacturer s certified installer as shown on provided drawings.
i. If distance between the suspended ceiling and anchors is more than 12 , lateral braces will be required/installed.
C. Instruction and Personnel Training
a. Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system and equipment.
D. Testing and Certification
a. Conduct performance test, verifying that the patient lift system equipment and control devices operate properly and in accordance with design and specification requirements; including weight testing and deflection testing.
E. Warranty
a. Contractor shall supply Three-year parts and labor warranty for all installed patient lifts.

The contractor shall deliver line all line items to the following address:

Richard L. Roudebush VA Medical Center
Attn: Greg Appers
1481 W. 10th Street
Indianapolis, IN 46202

Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information based on the following evaluation criteria: price and technical acceptability.

Price This the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling (starting Page 2 of this RFQ).

Technical acceptability This is the offeror s ability to provide equipment in accordance with the following salient characteristics:

General Information
Title of Project: Ceiling Mounted Patient Lifts
Service: Biomedical Engineer
Point of Contact: Gregory Apers, 317-988-2875
Scope: Purchase of Ceiling Mounted Patient Lifts (equipment information below).
Submittals
Contractor shall submit updated As-builts/architectural and installation drawings to the Point of Contact (POC) for approval before installation of each patient lift.
Contractor shall submit certificates of compliance and all VHA required verification documentation upon completion of installation for each lift.
Installation
Contractor shall coordinate with the POC and clinical staff to schedule downtime for each patient room/exam room where lifts will be replaced.
Contractor shall be responsible for all required electrical work to complete the installation of all overhead mounted patient lift systems.
If current power receptacles are not in an appropriate location, contractor will be responsible for the relocation of power to support the lift system.
If additional power is required, the contractor shall be responsible for pulling power from the appropriate source to the location determined appropriate for the lift system.
Remove old overhead mounted patient lift system to clear way for new system
This includes any repairs that must be made to the structural support from the removal of the previous overhead mounted patient lift.
During track installation, that contractor shall be responsible for all modifications to existing structural systems to support the patient lift track, including but not limited to any penetrations into the concrete deck.
Install new overhead mounted patient lift system as per manufacturer s specifications, installed by manufacturer s certified installer as shown on provided drawings.
If distance between the suspended ceiling and anchors is more than 12 , lateral braces will be required/installed.
Contractor shall be responsible for purchase and replacement of all ceiling tiles that are affected during the installation of the new overhead lift systems.
All new tiles must match existing tile in the room where the lift is being installed.
Contractor shall be responsible for the repair (patch/paint) of all hard ceilings that are affected during the installation/deinstallation of ceiling mounted patient lifts.
Instruction and Personnel Training
Training shall be provided for the required personnel to educate them on proper operation and maintenance for the lift system and equipment.
Testing and Certification
Conduct performance test, verifying that the patient lift system equipment and control devices operate properly and in accordance with design and specification requirements; including weight testing and deflection testing.
ICRA/ILSM Requirements
Contractor shall comply with all facility infection prevention requirements
All requirements will be outlined in the infection prevention and control construction permit that will be issued by facility infection prevention staff
Requirements will include but are not limited to
Remove or Isolate HVAC system in area where work is being done to prevent contamination of duct system.
Complete all critical barriers i.e. sheetrock, plywood, plastic, to seal area from non-work area or implement control cube method (cart with plastic covering and sealed connection to work site with HEPA vacuum for vacuuming prior to exit) before construction begins.
Type of barrier will be determined by infection prevention staff
Maintain negative air pressure within work site utilizing HEPA equipped air filtration units if indicated.
Contain construction waste before transport in tightly covered containers.
Cover transport receptacles or carts. Tape covering unless solid lid. Remove barrier materials carefully to minimize spreading of dirt and debris associated with construction.
Vacuum work area with HEPA filtered vacuums.
Wet mop area with disinfectant upon completion of work.
Remove isolation of HVAC system in areas where work is being performed.
Contractor shall comply with facility interim life safety measures as determined appropriate by facility engineering staff.
Interim life safety measures will correct existing significant life safety code deficiencies or conditions as a result of construction.
Additionally, measures will be implemented when monitoring systems are impaired >4 hours
Warranty
Contractor shall supply a minimum of three-year parts and labor warranty for all installed patient lifts.

COMPETENCY OF PERSONNEL SERVICING EQUIPMENT:

All installation required under this contract shall be performed by an OEM field representative who is fully trained on the purchase OEM product line or OEM Authorized Field Service Representative. The contractor must use an OEM certified technician using OEM certified parts.

BADGING REQUIREMENTS:

Contractor shall follow all facility badging/identification policies when servicing equipment onsite. This includes checking in through the appropriate vendor service and Healthcare Technology Management channels.

PRODUCTS:
Lift System
The Overhead ceiling mounted patient lift system shall be complete with track system, lift units, motors and complete structural roof system.

Ceiling Track System
The ceiling track shall be made from high strength extruded aluminum at a minimum thickness of 3/16 (4.8mm) The ceiling track maximum span lengths shall be 13 3 (B-rail) and 20 8 (C-rail) at 770 lbs. capacity; 10 10 (B-rail) and 17 6 (C-rail) at 1,100 lbs. capacity.

Lift Unit
The lift unit shall be constructed of a steel frame system driven by a gear reduced high torque motor.
Lift unit shall have the following features
Lift Capacity: 770, 1100 lbs. SWL
Emergency lowering device, with redundant, manual lowering device.
Emergency stopping device
Current limiter for circuit protection in case of overload.
Safety device that stops the motor to lift when batteries are low.
Lifting speed: 2.3 in/s, 1.6in/s in full capacity
Cab: VO plastic-fire retardant, UL94
Vertical Axis Motor at 110 watts
Emergency Brake (in case of mechanical failure)
Strap length up to 90
Electronic Soft-start and soft stop motor control
Integrated Class 3 scale with readout in hand control
Easily removable motor assembly for part replacement in rails
Motors
Vertical Movement DC Motor
Batteries
The Life cycle for batteries shall be in compliance with IEC 801-2.
Provide rechargeable batteries with up to 120 transfers with a load of 200 lbs. and up to 70 transfers with maximum rated loads.
Charger
Charger input: 100-240 VAC, 50/60 Hz.
Type: Continuous Charge via Lined Rail system.


Delivery Location: Will be coordinated with Gregory Apers (see above)
Type of Contract: Fixed Rate


General Requirements
Vendor will provide all qualified equipment necessary to complete treatment requirements. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.


Purchase Descriptions.

The purchase description should identify the requirement in terms that enable contractors to offer commercial supplies or services. The description should not be restrictive and not be limited to one product peculiar to a manufacturer (e.g., by manufacturer, brand name and Part Number) unless it is essential to the Government s minimum requirement.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items
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:
FAR 52.212-4, Contract Terms and Conditions Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive
VAAR 852-219-10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.

All questions related to this acquisition shall be submitted via email to shellie.murphy@va.gov.

Quotes shall be submitted via email to shellie.murphy@va.gov. All quotes and additional required documentation are to be received no later than 2:00 PM CST 5 September 2019.

For information regarding this solicitation please contact:

Shellie Murphy
Contract Specialist
937-267-7688
shellie.murphy@va.gov

Shellie Murphy
shellie.murphy@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP