Oregon Bids > Bid Detail

6515--Sources Sought - Patient Ceiling Lift System with Installation & Training

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159091773939310
Posted Date: Jul 27, 2023
Due Date: Aug 3, 2023
Solicitation No: 36C26023Q0883
Source: https://sam.gov/opp/065d0c3548...
Follow
6515--Sources Sought - Patient Ceiling Lift System with Installation & Training
Active
Contract Opportunity
Notice ID
36C26023Q0883
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 27, 2023 07:15 am PDT
  • Original Response Date: Aug 03, 2023 03:00 pm PDT
  • 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:
    Portland VA Medical Center 3710 Southwest US Veterans Hospital Road Portland , OR 97239
    USA
Description
Sources Sought

The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The results from this source sought notice will be used to determine set-aside.

The intended contract is a firm-fixed price supply purchase.

The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition.

The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following:

One (1) Guldmann GH3+ 550lbs room covering system with scale. Includes trainer module, positioning lock, installation, design, and hanger bar. System A with standard distance coverage.

One (1) Guldmann GH3+ 550lbs room covering system with scale. Includes trainer module, positioning lock, installation, design, and hanger bar. System B requiring a longer distance coverage and more ceiling drops.

Removal service of current system to be replaced by the above two lift system

Required Salient Characteristics:
Portland VAMC requires two Guldmann Lift System and have them installed at the Physical Therapy Gym 1 in Room D-207A in accordance with the Statement of Work. The current system also needs to be removed in that room before the installation.
The equipment must meet the minimum of the following:
Lift Unit
Must meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state, and local codes. Appropriate documentation should be provided.
Must comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods).
Must be motorized (optional upgrade).
Ceiling lift manufacturer shall allow and warrant the use of their lifts with the full range of Guldmann, Alpha Modalities, Arjo and other universal loop slings.
Must interface with a hand control for electronic lifting and lowering of patients.
Must include electronic soft start and soft stop.
Must have an emergency stop pull cord that is easily accessible from standing person s height.
Must be capable of picking patients up off the floor- lifting strap length 96 inches or more.
Must have an integrated patient scale with accuracy that meets or exceeds +/- 0.5% at max load.
Integrated scale must have a readout in the hand controller and must prevent loss and not decrease the lifting height of the system. The scale must be able to weigh the patient in either pounds or kilograms.
Must be upgradable to allow for positioning lock of the hoist.
Must have capability for displaying data in the hand controller that provides time of lift, amount of weight of lift, duration of lift total lift count, total hours, last/next service plus visual alerts for preventative maintenance inspections.
Must have 15-year average life span
Must have a wireless interface that is Wi-Fi ready which would allow for connectivity to the VA s
Must have H-frame ceiling track that offers complete coverage of the room
Must have the ability for full XY coverage in all patient care rooms and maximum coverage in patient bathrooms.
Operation of the system must allow for adequate lifting height, allowing for transfer of patient from wheelchair/exam table/toilet, as well as adequate lifting height for the turning and repositioning of the patient on the exam table or lowering height for fall recovery off the floor.
The emergency lowering feature must be operable in the event of equipment malfunction without the use of any additional tools to safely lower patients from a standing person s height The lift motor must be able to be reset by staff without any additional tools, allowing immediate use of the lift after activation of the emergency stop/lowering feature, without the need to call engineering or the manufacturer to reset the lift.
The lifting motors will have internal gears that are made of metal, not plastic. Plastic gears may be less stable than metal gears, which may pose a safety issue for patients and staff.Â
The system s operation must maintain a continuous charge on the rail that allows for the hoist to charge/recharge anywhere on the rail, so lift is always charged and ready for use
The contractor must also provide a statement that the current hospital approved equipment cleaner/disinfectant may be used to decontaminate both the lifts and the slings.
Operation of the system must be smooth with no fast or jerky starts and stops.

Network infrastructure.
The lift system must have capability to be monitored remotely via web access.
Integrated Technology option for future use that would show lift times and usage via Bluetooth

Hanger Bars/Accessories
The lifts and hangar bar must be able to withstand a patient weight of 550, 770, or 825 lbs. lifting capacity.
Ceiling lifts shall include a 2-point hanger bar suitable and allowable for use with the full range of Guldmann, Arjo, and Alpha Modalities slings, without easily breakable parts such as rubber flaps.
Hanger bars must be able to be changed out by the medical center s staff without the assistance of contractor, vendor or special tools.
System must include a hanger bar without easily breakable parts such as rubber flaps.
Hanger bars must be easily interchangeable without need of tools.

Batteries
The system will utilize Nickel Metal Hydride (NIMH) batteries
Batteries provided will have a three-year warranty. Warranty shall include all travel or shipping associated with any warranty repair.
The system will have visual and audio low battery indicator(s).

Vendor
Must provide proof of ongoing service quality and consistent management, including failure reports and any other applicable documentation, to be presented with the bid.

Training/Service
Vendor to provide ceiling lift certification training to VA Portland Health Care System FMS Maintenance Mechanics before or after installation.
Vendor to provide training on equipment use one session per shift for up to 2 shifts of personnel in each affected area and for onsite trainers (up to 10 sessions scheduled after installation and before use for approximately 50 personnel). This training must include hands-on lift use and be extensive enough to prepare participants to train others.
Provide fast support and parts for equipment maintenance/repair as needed by manufacture.
Vendor must provide localized service support.

Warranty
There must be a minimum warranty period of greater than or equal to three years.
Provide 3 years of warranty on tracks, installation, motors, and other parts, including the price of parts, labor and travel, or 10 year purchased option of warranty which includes manufacturer responsibility of repairs and annual PM s.

Planning and Installation
Contractor will provide all qualified personnel, materials, equipment, and services necessary to install new hoist with conversion trolley, and hanger bar, attachment hardware, and all other equipment necessary for safe operation.
Contractor will remove and dispose the system
Contractor will install traverse rail and test all lifts to manufacturer specifications and VA checklist requirements.
To include all anchor, pull testing for lifts attached to the ceiling infrastructure
To include calibration/testing of integrated patient scales
Must be weight tested at 1.5 times the 550 pounds hoist maximum lifting capacity.
Contractor will use calibrated weights for testing of lifts.
Contractor will provide evidence of testing of all lift systems provided.
Installation must be otherwise completed in accordance with the Statement of Work.
Statement of Work:
General Information
Title of Project: Vancouver Building 11, Room D-207A
Scope of Work: The contractor shall provide all parts, overhead rails, labor, supervision, infection control processes (per VA requirements), installation, and all other resources required to deliver the requirements stated herein, except as may otherwise be specified in this statement of work. 550 or 825-pound advanced ceiling lifts as specified (with fast motion, continuous-charge room-covering rail systems, and tool-free emergency lowering, and integrated scales) are to be delivered, installed, and weight tested. Both ceiling lifts will be rated to lift a weight capacity of 850 pounds providing the facility the option to upgrade the weight capacity of the motor to 825 pounds. All work must be coordinated with Facility Maintenance Service (FMS) and Supply Chain Management Services in order to coordinate paperwork, and all new equipment must be taken to the Portland VA Warehouse (1601 E 4th Plain Blvd. Vancouver Washington 98661) for inventory record/sticker purposes. The instillation location is in the Portland VA Medical Center, Vancouver Campus; and delivery of the equipment and Installation will need to be timed according to availability of rooms. Details are provided in sections E below, Specific Mandatory Tasks and Associated Deliverables. If proposed cost exceeds budget, VA will prioritize and specify final lift instillation locations and ceiling lift motor weight capacity.
Background: The Portland VA Medical Healthcare System is preforming an upgrade in the PT GYM on the Vancouver campus. The Safe Patient Handling and Mobility equipment supports the goals of VHA Directive 1611/ 2010-032- Safe Patient Handling Program (SPHM) and Facility Design. This directive requires staff not to push/pull/lift over 35 pounds and forbids the manual handling of patients to decrease organizational costs associated with staff injuries as well as decrease Days of Lost Time and modified/light duty days. The VAPORHCS Facility Maintenance Service (FMS) recommends purchasing an overhead ceiling lift built with internal metal gears instead of plastic internal gears because they have observed motors with internal plastic gears shredded or warped with use.Â
Performance Period/Schedule: This project shall be completed in two phases.

Phase One (1): Delivery of materials: All components and materials (absent installation-specific materials) shall be delivered FOB Destination to the VA Portland Medical Center. Delivery shall occur no later than March 31, 2024. Contractor shall notify the VA FMS Point of Contact (POC), with shipping information at least two weeks prior to delivery. See Delivery Schedule for POC contact info and delivery address.
Phase Two (2): Contractor shall provide all qualified personnel, materials, equipment, and services necessary to remove the current system and to install ceiling lifts in accordance with the SOW. Installation must be completed by March 31, 2024.
Type of Contract: Firm-Fixed-Price

General Requirements
All installation shall comply with requirements of Patient Safety Alert AL14-07, including the Checklist for Installation and Relocation. The installation checklist shall be filled out for each installed lift, in addition to any checklist required by the manufacturer, and supplied to the POC. Installers shall have current certification to work on the overhead lift and rail systems.
Contractor will provide evaluation of existing structure where ceiling lifts are needed and submission of plans to VA Portland Healthcare System FMS service, to assure that workable systems are installed and comply with VA design requirements and relevant standards.
Contractor will coordinate with FMS service to verify access to engineering, mechanical, HVAC, and fire systems components within the mounting area of the lift units.
Contractor will coordinate with FMS to schedule installations.
Contractor will provide information on minimum clearances for operation of each lift, to be presented with the bid.
Contractor will provide a list of all construction or modifications required to install these lifts, to be presented with the bid. The goal is to install around any obstructions without requiring VA to make construction modifications.
Contractor will provide all qualified personnel, materials, equipment and services necessary to install ceiling lifts for the rooms described below under Location, including lifts, tracks, spreader bars, attachment hardware, and all other equipment necessary for safe operation. Detailed requirements are described in the Standards and Special Requirements sections. Lift systems may be configured in any way that covers the rooms best and meets the requirements.
Contractor will provide installation and testing of all equipment for ceiling lifts, according to VA checklist requirements, resulting in a turnkey system.
Contractor will provide training on equipment use for all new types of equipment included in this contract, one session per shift for up to 2 shifts of personnel in each affected area and for onsite trainers (up to 10 sessions scheduled after installation and before use for approximately 50 personnel), in coordination with FMS.
Contractor will provide evidence of testing of all lift systems provided and schedule testing when FMS can oversee it. All 550 lbs. ceiling lifts will be rated to lift a weight capacity of 850 pounds providing the facility the option to upgrade the weight capacity of the motor to 825 pounds.

Contractor will mitigate any new hazards created by installation, such as ramps over interstitial support beams that create trip hazards.

Contractor will meet construction safety requirements, including construction orientation, safety training requirements, dust control requirements from the Infection Control Risk Assessment, TB testing, electrical safety requirements, and Above Ceiling Permit requirements including re-sealing any penetrations of fire barriers.

NARA Records Management Language Clause:
Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion.

In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation.
In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data.
Portland VAHCS and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of Portland VAHCS or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701.

In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to Portland VAHCS. The agency must report promptly to NARA in accordance with 36 CFR 1230.

The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to Portland VAHCS control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4).

The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with Portland VAHCS policy.
The Contractor shall not create or maintain any records containing any non-public Portland VAHCS information that are not specifically tied to or authorized by the contract.
The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act.
The Portland VAHCS owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which Portland VAHCS shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20.
Specific Mandatory Tasks and Associated Deliverables
Location of Ceiling Lift Installations: Portland VA Medical Center (1601 E 4th Plain Blvd, Vancouver, WA 98661) at the Physical Therapy Gym in Building 11 room D-207A.
Item #
Bldg
Area
Room #
Lbs.
Scale
Design
1
11
Physical Therapy GYM1
D-207A
550
yes
See plans.
One hand control holder attachment will be installed.
2
11
Physical Therapy GYM1
D-207A
550
yes
See plans.
One hand control holder attachment will be installed.
3
11
Physical Therapy GYM1
D-207A
Removal of the current system
Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described below within the performance period stated in Section A.3 of this SOW.
Standards:
Ceiling Lift Performance Requirements:
Ceiling Lifts shall meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state and local codes. Appropriate documentation should be provided.
Ceiling Lifts shall comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods).
Ceiling lift manufacturer shall allow and warrant the use of their lifts with the full range of Guldmann, Alpha Modalities, Arjo and other universal loop slings.
The lifts shall be mounted (using ceiling, wall, or floor support as determined by building structure and room covering layout needs) to provide lifting capability for the maximum area possible within each room which means wall to wall not just over the bed.
Lifts shall be capable of picking patients up off the floor.
Scales shall have a readout in the hand control and shall not decrease the lifting height of the system.
The lift hand control shall be attached to the lift in a way that allows it not to be lost.
Lifts shall not beep or flash during normal operation.
Contractor shall install lifts without relocating or interfering with operations of existing sprinkler heads, lights, HVAC grills, curtain tracks, IV tracks, televisions, permanent furniture, or other permanent structure. Contractor shall describe any such fixtures that shall be moved during contract bid and pre-construction meetings. Installation may be delayed, canceled, or moved to a mutually acceptable location if building changes cannot be made in ways that allow lift installation.
Contractor shall not breach any firewalls during installation of these lifts. Any fire barrier that shall be penetrated shall be discussed with VA safety personnel and shall immediately have fire barrier repaired. An Above Ceiling Permit shall be filled out before ceiling work, and the FMS will check the ceiling after ceiling work, to make sure any fire barrier penetration was repaired.
Each room where lifts are installed shall be returned to original condition, excluding the newly installed ceiling lift. Holes in the wall or ceiling tile shall be patched with appropriate materials.
Ceilings shall not be slotted exposing space above ceiling to the room below.
Ceiling lift motors shall be capable of lifting at least 550 or 825 pounds, as specified on the Location list. All 550 lbs. ceiling lifts will be rated to lift a weight capacity of 850 pounds providing the facility the option to upgrade the weight capacity of the motor to 825 pounds.
A specific opportunity for Service Agreements, Preventive Maintenance Agreements, and Extended Warranty Agreements should be presented.
Maintenance and inspection shall be provided for three years from date of final acceptance.
Warranty shall include all travel or shipping associated with any warranty repair.
New lifts shall accept generic type replacement batteries without voiding any warranties.
Motors shall be GFCI protected.
Ceiling lifts vertical motion shall be motorized.
Where a double positioning lock is requested, the motion of the traverse or of the lift on the traverse shall be able to be stopped independently.
Ceiling lifts shall include a 2-point hanger bar suitable and allowable for use with the full range of Guldmann, Arjo, and Alpha Modalities slings, without easily breakable parts such as rubber flaps.
Ceiling lifts shall recharge automatically, by recharging at any location on the rail. Lifts that recharge without employee action will be preferred.
Ceiling lifts shall include safeguards to prevent patients from being trapped or hurt, such as emergency stop buttons or emergency lowering devices in case of power failure. Use of emergency lowering devices shall not require tools or ladders.
For any ceiling lift that will be combined with a second manufacturer s rail or hardware, contractor shall provide documentation in the bid that the ceiling lift is tested and approved by the lift manufacturer and the rail/hardware manufacturer to work safely and charge anywhere on the rail in combination with the other manufacturer s rail system, and the contractor selling the new lift shall take responsibility for assuring that the whole structure is safe.
Training:
Contractor shall provide certified in-service training for all shifts of direct patient care staff in units where lifts are installed at no additional cost to the Government, for any equipment new to this facility (up to 10 sessions in coordination with the FMS). This training must include hands-on lift use and be extensive enough to prepare participants to train others.
Training must include each new type of equipment and sling used in an area.
Contractor shall provide certified in-service training on each site, multiple times in a day, to certify the Facility Maintenance Service staff in coordination with the FMS.
Two Facility Maintenance Services (FMS) employees will complete certification before motor installation. FMS will cover in-house repairs without voiding the manufacture warranty.

Manuals: Contractor shall provide electronic copies of the user manuals and repair manuals for each different model of lift installed under this order or contract at no additional cost to the government.
Inspection:
Each room s lift system shall be weight and function tested after installation in compliance with the VHA checklist required by Patient Safety Alert AL14-07. Each checklist shall be provided to Contracting Officer Technical Representative within 3 days of installation along with any checklist required by the manufacturer. Any changes in inspection requirements during the period of installation will be communicated to the Contractor immediately.
In accordance with Patient Safety Alert AL14-07, design and structural drawings must be provided, and VA Portland stakeholders must have an opportunity to approve or ask for changes before installation.
Contractor conduct requirements:
All employees and subcontractors shall wear a visible name and company identification when onsite. When more than one person is onsite performing work under this contract, one must be designated as a supervisor and must be fully responsible for the work to be performed.
The Contractor shall provide all supplies, materials, equipment, qualified personnel, supervision, management, and transportation to perform all tasks as identified herein. All work is to be performed in accordance with the guidelines established by Federal, State, and local ordinances and The Joint Commission. The Contractor s procedures and quality control procedures shall conform to these guidelines.
Contractor personnel shall conduct their work so as not to interfere with the normal functioning of the facility and will stop work if asked by VA Portland Healthcare System personnel. Hours of work will need to be limited to daytime on units where patients sleep or to night or weekends in areas where patients would be exposed by daytime work.
The Contractor shall take all precautions necessary to protect the lives and health of occupants of the building.
The Contractor must follow procedures required by VA Portland Healthcare System Infection Control personnel and the construction safety committee, to include any required dust control specified in the Infection Control Risk Assessment.
The Contractor must state what efforts will be made to minimize noise during installation of equipment.
The Contractor shall immediately correct any fire and safety deficiencies caused by his personnel. If the contractor fails or refuses to correct deficiencies promptly, the Contracting Officer may issue an order stopping all or any part of the work and may hold the contractor in default of the contract.
The Contractor shall comply with applicable Federal, State, and local safety and fire regulations and codes which are in effect at the beginning of the contract period. The contractor shall keep abreast of any changes in these regulations and codes applicable to the contract.
All material and equipment will be removed from the facility or stored properly at the end of each workday and secured during the work day in the areas specified by the Contracting Officer s Technical Representative.
The Contractor is responsible for supplying, completing, and submitting all reports required or requested by Federal, State, or local ordinances which pertain to any duties contained in the contract.
The Contractor will be required to furnish the VA Portland Healthcare System with material safety data sheets for all chemicals used during installation. This information is required by the VA for emergency treatment in the event of ingestion of and/or contact with the material by humans and is required by OSHA regulations.
The Contractor s onsite lead installer must attend a VANTHCS construction safety orientation and supply job hazard analyses as required by Construction Safety Officer to show how hazards to Contractor and VANTHCS personnel are being minimized.
All Contractor personnel must have OSHA 10-hour construction safety training cards.
The Contractor s personnel shall follow applicable policies of the VA Portland Healthcare System, to include policies concerning fire and disaster preparedness programs.
The contractor shall furnish at his own expense all labor, materials, machinery, and appliances which may be necessary or appropriate in the performance of this contract.
All accumulated rubbish is to be collected and placed in the dumpster provided by the Government. Large quantities need to be disposed of in ways that do not overload the dumpsters. The Contractor is responsible for removal of existing system.
Special Requirements:
The contractor must have visited the sites and assessed the structure of each ceiling lift location to ensure safe installation of the equipment and shall supply the installation plans to the VA Portland Healthcare System Engineering Service and Construction Safety Group, who must accept them before installation.
Ceiling lift installations shall comply with NFPA 13 for fire sprinklers and with NFPA 99 and NFPA 70 for proper grounding and bonding and access to electrical and safety systems.
The contractor should not require movement of any lights, sprinklers, televisions, or other fixtures in order to install ceiling lifts. If movement of preexisting fixtures is unavoidable, the contractor shall coordinate with FMS in advance of work.
Wall mounted lifts are acceptable in the place of ceiling mounts where they are more effective or cause less risk to install.
Ceiling lifts must not add obstacles or impair any normal operations in patient care rooms.
It is permissible to raise the lifting height or extend the range of a lift system that is being replaced, so long as designs are approved by the facility in advance and all obstacles are avoided to avoid interference with the operation of curtains, ventilation, or other moving or ceiling mounted items.
All installation that affects existing areas and electrical work shall be coordinated with the VA Portland Healthcare System FMS service. New electrical outlets required must be coordinated with the Affected Service and FMS.
The contractor will install all necessary mounts, braces, and any other components needed for full lift function and safety.
Any electrical subcontractor must have health care experience, must have positive references, and must be directly overseen by the Contractor.
Schedule for Deliverables: Installation dates shall be pre-scheduled with the FMS POC. Installation must be completed by the deadline specified in A.3 of this SOW.
Duty hours will be within 8:00 am 8:00 pm. The Government recognized US holidays are: New Year s Day, Martin Luther King, Jr. Day, Presidents Day, Memorial Day, June 19th, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day and Christmas Day. If the holiday falls on Sunday, it is observed on Monday. (adjusted/modified as needed, approved by the POC/COR/Appointee).

If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor shall notify the CO, in writing, prior to the expiration of the performance period. This notice shall include a firm commitment of when the work shall be completed. This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a written response, in accordance with applicable regulations.
Changes to Statement of Work: Any changes to this SOW shall be authorized and approved in advance by the Contracting Officer. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties not approved by the Contracting Officer shall be borne by the contractor.
Reporting Requirements: The VHA checklist and any manufacturer s checklist are the sole report and must be provided to FMS by 2 weeks after installation. Lift installation is not considered complete and cannot be paid for until the checklist is complete and provided to FMS and EMS.
Acceptance: Completed systems are to be load tested prior to acceptance by the facility (stamped drawings). Contractor will correct deficiencies and punch list items within ten (10) business days after identification, unless deficiency requires fabrication of replacement parts/pieces in which the time allowance will be increased to thirty (30) calendar days for non-readily available or stock items.
Government Responsibilities: VA Portland Healthcare System will provide:
Guidance for contractor site visits and information on which rooms need lifts. (FMS in association with affected services.)
Coordination to allow for lift installation as rooms are available. (FMS in association with affected services.)
Technical information on the building and requirements for construction. (FMS service.)
Coordination and scheduling for training efforts. (POC in association with affected services.)
Oversight of installation testing. (FMS.)
Coordination for electrical outlet installation where necessary. (FMS.)
Answers to Contractor questions during the purchasing and installation process. (Affected services, FMS, and POC.)
Prioritization and final specification of lift locations in case proposed cost exceeds budget. (The affected services in association with the POC.)

Sources Sought Response Requirements:
In order to be considered a valid source that can impact the set-aside determination of a possible future solicitation, potential contractors shall provide, at a minimum, the following information to peter.park2@va.gov:

1) Company name, address, and point of contact, phone number, e-mail address, and UEI.

2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 Surgical Appliance and Supplies Manufacturing. To be considered a small business your company must have fewer than 800 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following:

[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] yes [ ] no Other than Small Business

3) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must provide a SBA certification and be registered with U.S. Small Business Administration Veteran Small Business Certification (VetCert) located at https://veterans.certify.sba.gov/.

4) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer.

5) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination.

6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must:

(a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number.

(b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds EACH of the salient characteristics required by the Government. Government will not perform further research if the information provided is unclear whether it meets any required salient characteristic.

7) Please identify the country of origin for all items. If it is a foreign end product, fill out the following:

Item
Country of origin
* Exceeds 55% domestic content (yes/no)




* For COTS items, the 55% (now 60%) domestic content test is waived.
The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued.

Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
Shipping Address:
Portland VA Medical Center
3710 SW US Veterans Hospital Rd
Portland, OR 97239

Point of Contact:
Peter Park
NCO 20 Contract Specialist
peter.park2@va.gov
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 27, 2023 07:15 am PDTSources 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 >