6515--GULDMAN CEILING LIFT/NURSING SVC

expired opportunity(Expired)
From: Federal Government(Federal)
36C26222Q1652

Basic Details

started - 01 Sep, 2022 (20 months ago)

Start Date

01 Sep, 2022 (20 months ago)
due - 06 Sep, 2022 (20 months ago)

Due Date

06 Sep, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
36C26222Q1652

Identifier

36C26222Q1652
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103380)VETERANS AFFAIRS, DEPARTMENT OF (103380)262-NETWORK CONTRACT OFFICE 22 (36C262) (6155)

Attachments (2)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

?.## The following is incorporated into 52.212-1 INSTRUCTIONS TO QUOTERS COMMERCIAL ITEMS: (vi) The US Government, Veterans Affairs (VA) seeks to make a procurement for Welch Allyn Connex® Spot Monitor and Accessories for the Long Beach VA Health Care System. Offeror quotations must demonstrate meeting the salient physical, functional, or performance characteristics specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6. The information identified provided is intended to be descriptive, not restrictive and to indicate the quality that will be satisfactory. The interested parties bear full responsibility to ensure their submission demonstrates to the government that they can provide the brand name or equal to supplies being requested. ?.## Salient Characteristics The San Diego VA Medical Center hemodialysis clinic is requesting installation of a new patient
lift system. The hemodialysis clinic has an installed lift system that needs to be removed and replaced with a new system that meets the needs of the patients and caregivers. Brand name or equal. The new patient lift system must be compatible with existing Guldmann installation and not require any new construction. The system should be a ceiling lift system manufactured by Guldmann Inc. for compatibility, utilizing GH3+ ceiling lift motors with class III digital medical scales built into each motor assembly. The vendor must be capable of disconnecting and removing the existing lift system, without requiring any new construction, or interfering with normal day-to-day operations. The new system must be capable of being installed on existing mounting points, without requiring any new construction, or interfering with normal day-to-day operations. The new lift system, including all rails, lifts and mounting hardware shall be designed and manufactured by a single entity, as a unified system, to ensure all components work together. Specifications of new system: The system must be a medical lift system, with 7 independent motor/hoist assemblies, each certified to lift at least 550Lb at each location. The system shall serve the entire 20-bed dialysis clinic located on the third floor west of the VA San Diego Medical Center located at 3350 La Jolla Village Drive, San Diego, Ca 92161. The power input requirement of the system shall be single phase, 115-120 volts. The system design must be an XY gantry ceiling lift, so that the motor/hoist assembly can be moved forward, back, and side to side. The system must offer in-rail charging, so that the motor/hoist assembly is continually charged, no matter where it is positioned on the rail. No charging docks shall be used. Each motor/hoist assembly will offer and emergency stop, and emergency lowering function. These functions must be easily accessible by means of a hanging strap or lanyard. Due to height constraints of the existing location, each lift unit must have a calibrated, high precision Class III scale built into the motor/hoist assembly, and not have a separate scale which hangs down separately from the motor motor/hoist assembly. When raised to the maximum height, the bottom of the lift hanger should not be below 80 inches from the finished floor. Integrated Class III scale must be designed to accurately monitor patient weight changes in the lift sling, for example in the hemodialysis setting, where the patient is weighed both before and after treatment. The Integrated Class III scale must display weight in kilograms. The Integrated Class III scale must be able to be calibrated on-site. The scale must have a pendant, or remote control which hangs down from the motor/hoist assembly and allows caregivers to easily control the lift position, and activate the Class III scale. The patient weight must be displayed on the pendant, so that caregivers can easily read the values displayed. ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES Period of Performance/Delivery Timeframe: Deliver items and provide training no later than 30 days from the award date. (viii) The provision at 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. ?.## FAR 52.212-1 Addendum: All offeror quotes for this solicitation must be received electronically through email no later than Tuesday, September 6, 2022, 9:00 AM PST. Ensure to reference solicitation number 36C26222Q1652_1 within subject line of the email. Any offeror quotes received after the prescribed date/time shall be considered late and will not be considered for award. Quotes shall be sent by email to April Graves at April.Graves@va.gov Reference the Solicitation Number in the email subject line and on the quote. Quoters shall submit all questions in writing via email no later three (3) business days prior to solicitation closing date and time listed on the SF-1449 to April graves@va.gov. Use Following format and submit quote as one (1) document. Quoters shall include the following on the Title page: Solicitation Number/ Description Company name Address Point of contact Phone and email DUNS number Type of business, large or small: e.g. Services Disabled Veteran Owned Small Business, Veteran Owned Small Business Contents: Signed Standard Form SF-1449. Quoters shall provide pricing on line items in Section B.3 Price/Cost Schedule. Quoters shall not include price information anywhere else in their quote. Signed Amendments (If applicable) Quoters shall submit acknowledgement of any and all amendments to solicitation. Quoters are encouraged to monitor the Contract Opportunities website at https://beta.sam.gov with respect to this solicitation. Any amendments to this Solicitation will be posted on that website. Capabilities Statement Quoter shall submit proposed product and outline how product meets or exceeds salient characteristics required as outlined in the statement of work. Quoter shall submit a detailed narrative describing their knowledge and technical capability to successfully provide and service the equipment listed in the Statement of Work. At minimum, this should address the quoter s knowledge and capability to provide all preventative maintenance, repair services as outlined in the Statement of Work, and ability to meet service call response times. Provide a narrative detailing how quoter shall meet Service Call specification outlined the Statement of Work. Authorized Distributor Letter (ADL) Any suppliers, distributors and/or resellers who participate in this solicitation, must be authorized to provide the supplies by the Original Equipment Manufacturer (OEM). An Authorized Distributor Letter (ADL) from the manufacturer shall be included with your response to be considered for award. If the potential Authorized Supplier is not the OEM, the Authorized Supplier must provide an Authorized Distributor Letter from the OEM signed within the last 90 days. The letter must either state specific product(s) quoted or that the quoter is an authorized distributor for all of the manufacturer s products. This letter must be on the manufacturer s letterhead and contain the signature of an authorized official for the manufacturer. Quoters may not be considered for award if required information outlined above is missing or omitted. ?.## 52.212-2 EVALUATION SIMPLIFIED ACQUISITION PROCEDURES Basis for Award. The Government will issue a purchase order to the responsible quoter whose quotation conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical (2)Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2 (b) (3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Technical Capability: The quotation will be evaluated to the extent to which it can meet the Government s requirements as outlined in the solicitation based on the information requested in the instructions to quoters section of the solicitation, FAR 52.212-1 Instructions to Offerors-Commercial Items: Quoters will be evaluated based on the following: Acceptability of product which meets or exceeds salient characteristics as outlined in Section B. Certifications, proof of training and or resume which demonstrates knowledge and technical capability to successfully service the equipment detailed in section 3 of the statement of work Verifiable Authorized Distributor Letter (ADL) Price. Quoters shall submit their Price using the Schedule of Services in Section B Price/Cost Schedule of this RFQ. The Government will evaluate the price by adding the total of all line items and evaluating that sum for the lowest price.

VA Medical Center San Diego  ,
  32161  USALocation

Place Of Performance : VA Medical Center San Diego , 32161 USA

Country : United StatesState : California

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies