The RFP Database
New business relationships start here

Turning and Repositioning Slings


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

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 are being requested and a written solicitation will not be issued.

This solicitation RFQ-VA250-17-Q-0934 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) 2005-95. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 1000 Employees.

The Louis Stokes Cleveland VA Medical Center, Cleveland, Ohio requires 735 (643 regular and 92 bariatric) turning & repositioning slings for all in-patient wards of the Medical Center in order to supplement the current sling supply and maintain unit par levels. Turning and repositioning mesh slings are currently utilized in these units for almost every patient, however; due to the volume and inability to maintain par during laundering, additional slings are needed.

In addition, due to the acuity and needs of this population, an additional wicking fabric is needed for patient comfort and prevention of skin breakdown. To eliminate the tripping hazard associated with the currently utilized slings, an elastic recoil fabric must be sewn into each sling strap loop.

The Turning & Repositioning slings must possess the following characteristics:

Be of a mesh fabric to allow for breathability and a sewn on top sheet of wicking material.
Elastic corner straps that secure the sling to all four corners of the mattress to prevent the sling from slipping, thus wrinkling, when used with the bed in an upright position.
Sling measurement minimums should be 45 wide x 100 long for non-bariatric beds, and 50 wide x 100 long for bariatric beds.
Sling straps must be of a figure 8/daisy chain configuration.
Elastic recoil fabric must be sewn into all sling strap loops.
Sling weight capacity of 1000 pounds.
Be compatible with both Guldmann and BarrierFree (Horcher) ceiling lift systems.
Able to be commercially laundered.
3 year warranty.

Spray-wipeable slings are used with any portable or ceiling lift in transferring patients between beds, chairs, commodes and stretchers. Due to the daily high volume of patients seen in these areas, sling laundering is not a viable option, and use of disposable transfer slings would not be in compliance with the facility s GEMS initiative. Spray-wipeable slings would allow staff to disinfect slings in between patient use, eliminating the wait time associated with laundering, and decreasing the number of slings needed per area.
The spray-wipeable Transfer slings must possess the following characteristics:

Must be able to clean sling between patient use by wiping with hospital-approved disinfectant.
Latex-free.
Provide head support.
660 lb. weight capacity.
Wipeable ladder straps.
Transfer slings must have the ability to convert into an amputee sling, for use with single, double, below-the-knee and above-the-knee amputees.
Large labels, indicating size and weight capacity of each sling.

The spray-wipeable Walking slings must possess the following characteristics:

Must be able to clean sling between patient use by wiping with hospital-approved disinfectant.
Latex-free.
440 lb. and 660 lb. weight capacity options.
Wipeable ladder straps.
Large labels, indicating size and weight capacity of each sling.

PRICE/COST SCHEDULE

ITEM
DESCRIPTION OF SUPPLIES/SERVICES
QTY
UNIT
0001
G-A- SeatSWHSWL-M A-SeatSWHSWL-M - Seated Sling- Wipeable - DO NOT LAUNDER- Latex-Free- Head Support- Wipeable Ladder Straps- MEDIUM- SWL 300kg/660lb.
(OR EQUAL)
32
EA
0002
G-A-SeatSWHSWL-L A-SeatSWHSWL-L- Seated Sling- Wipeable - DO NOT LAUNDER- Latex-Free- Head Support- Wipeable Ladder Straps- LARGE- SWL 300kg/660lb.
(OR EQUAL)
33
EA
0003
G-A-SeatSWHSWL-X A-SeatSWHSWL-X - Seated Sling- Wipeable - DO NOT LAUNDER- Latex-Free- Head Support- Wipeable Ladder Straps- EXTRA LARGE- SWL 300kg/660lb.
(OR EQUAL)
33
EA
0004
A-SeatSWHSWL-XX Seated Sling- Wipeable - DO NOT LAUNDER- Latex-Free- Head Support- Wipeable Ladder Straps EXTRA EXTRA LARGE- SWL 300kg/660lb. **
(OR EQUAL)
24
EA
0005
G-A-Amputee A-Amputee - Bilateral Amputee Straps For Use With Seated Slings *** All Seat slings will include extra large labels to indicate size and weight capacity
(OR EQUAL)
122
EA
0006
G-A-TSLITF8-45/100 A-TSLITF8-45/100 - Flat sling blue integrated top sheet- wicking- woven antimicrobial F8 straps SWL 454 kg 45 W x 100 L
(OR EQUAL)
643
EA
0007
G-A-TSLITF8-50/100 A-TSLITF8-50/100 - Flat sling grey integrated top sheet- wicking- woven antimicrobial F8 straps SWL 454 kg 50 W x 100 L (OR EQUAL)
92
EA
0008
G-A-Recoil A-Recoil - Custom Feature. Up charge to add Elastic recoil feature added to all strap loops for repositioning sheets- Latex free
(OR EQUAL)
735
EA

The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.

The proposed contract listed here is Set-aside 100% for Service Disabled Veteran Owned Small Business. FOB destination.
Deliver Address:
Department of Veterans Affairs
Louis Stokes Cleveland VA Medical Center
10701 East Boulevard
Cleveland, OH44106-1702

Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions apply: Commercial Items

52.212-2, Evaluation-Commercial Items, the Government will award a 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, technical and price. To be technically acceptable the offeror shall meet or exceed the Government's specifications.

52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer unless SAM registered which must be noted in the quotation.

52.212-4, Contract Terms and Conditions-Commercial Items. The following additional clauses apply: 52.203-17, 52.203-99,52.204-4, and 52.232-40.

52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and
52.232-33.

The following VAAR Clauses apply
852.203-70 Commercial Advertising
852.211-70 Service Data Manuals
852.211-73 Brand name or equal
852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside.
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee (at least one year)
852.246-71 Inspection

The Following VAAR Provisions apply
852.211-72 Technical Industry Standards

EVALUATION CRITERIA/ SUBMISSION OF OFFER
All Questions Shall be submitted in writing in response to the Solicitation and are due no later than 2 August 2017 at 3:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 4 August 2017.

Christopher A. Callihan
Contract Specialist
Network Contract Office (NCO) 10
Office: 216-447-8300 x3796
Email: christopher.callihan@va.gov

Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 8 August 2017 3:00 p.m. EST. No telephone inquiries will be accepted. Only written inquires received directly from the offeror are acceptable.

Department of Veterans Affairs
Network Contracting Office (NCO) 10
Christopher A. Callihan
Contracting Officer
6150 Oak Tree Boulevard
Independence, OH 44131

Contracting Officer

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP