THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Mobile Lifts for the VA Maryland Health Care System Baltimore, MD.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
20.00
EA
__________________
__________________
HTCH SEPG#364398_EER#205080 EIL 23 LIFECYCLE REPLACEMENT NURSING SERVICES MULTIPLE AREAS WITHIN THE HOSPITAL TOTAL 20 EACH. Contract Period: Base
POP Begin: 06-30-2023
POP End: 09-30-2023
PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing
PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies
MANUFACTURER PART NUMBER (MPN): KMCEUN-D
LOCAL STOCK NUMBER: MAXI MOVE
Salient Characteristics Mobile Lifts
Mobile Lifts
Integrated electronic scale with automatic zero and single button operation
Waterproof touch pad
Low battery indicator
Batteries sealed lead acid 24 volt
Battery operated
Audible low battery warning alarm
Weight capacity of at least 500 pounds
Can lift up to 62 inches high
Can lower to at least 8 ¾ inches
Power chassis with width to be 28 ¼ closed and 45 ¾ fully open
Push button operation to open and close base
Power dynamic positioning system
Remote hand control with screen display and back-lite
Emergency lowering lever
Power emergency cut off button
Four-point attachment of sling (two for shoulders and two for the thigh)
Operational buttons on the mast column to operate lift
360-degree rotation ability
Vertical lifting capabilities
Steering handles attached to mast column
Limit switches at both the top and bottom of pillar for the motor
Anti-crush safety shut-off switch
Sleep mode for battery power conservation
Service timer that displays usage time
51 ¾ stroke length
Low friction casters
Rear wheel locking brakes
User instruction summary on pillar for quick reference
Sling sizes available XXS-XXL
Sling size pie chart labeled on hanger bar
Statement of Work
Mobile Lifts
VA Maryland Health Care System
Baltimore, MD
PURPOSE:
The VA Maryland Health Care System is seeking to procure twenty mobile lifts that can be utilized across the VAMHCS and standardize the lifts used across each site. The current equipment ranges from 8 to 17 years in age and needs an upgrade. The new lifts will have a better battery life and have integrated scales which is a huge asset for provide the veterans with better care. Standardizing the fleet of mobile lifts will reduce the amount of training that is needed for both nursing and the biomedical engineering department which in turn reduces safety risks that could occur when utilizing the equipment. The requirement will account for the procurement of twenty mobile lifts which should include all the necessary hardware and software. The primary function of the mobile lift is to minimize the need for manual holding by the nurse or caregiver when needing to transfer or reposition a veteran. Manual patient handling can be hazardous to nurses and caregivers so mobile lifts are crucial in reduce the number of work place injuries. The mobile lifts should include the lift stand, spreader bars and a power dynamic positioning system. Key criteria include system size, weight capacity, battery life, versatility, integrated scale, and lift capabilities.
SCOPE:
The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted.
The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope.
The contractor shall deliver the mobile lifts to the Baltimore, Perry Point and Loch Raven facilities as specified below.
The contractor must deliver the mobile lifts to the Loch Raven facility with a small bed truck that has a lift because these locations do not have loading docks.
The assembly and validation of the system must be performed by a vendor service trained representative.
The contractor is responsible for identifying any missing parts or components not included in the order for the mobile lifts to be successfully installed and validated to their full potential.
The contractor shall include accessories and consumables that have been detailed on the provided quotes.
SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to or exceed the Arjo Inc. Maxi Move mobile lift.
Twenty (20) Maxi Move w/Scale, Extra-Low Casters, Medium-Powered DPS (KMCEUN-D)
Manufacturer: Arjo Inc.
Model: Maxi Move
Devices must have an integrated electronic scale with automatic zero and single button operation.
Devices must have a waterproof touch pad.
Devices must have a low battery indicator.
Devices must have batteries that are sealed lead acid and 24 volts.
Devices must be battery operated.
Devices must have an audible low battery warning alarm.
Devices must have a weight capacity of at least 500 pounds.
Devices must be able to lift up to 62 high.
Devices must be able to lower to at least 8 ¾ off the ground.
Devices must have a power chassis with width to be 28 ¼ closed and 45 ¾ fully open.
Devices must have push button operation to open and close the base.
Devices must have a power dynamic positioning system.
Devices must have a remote hand control with a screen display and back lite.
Devices must have an emergency lowering lever.
Devices must have an emergency power cut off button.
Devices must have four-point attachment of sling (two for the shoulders and two for the thigh).
Devices must have operational buttons on the mast column to operate the lift.
Devices must have the ability to rotate a full 360 degrees.
Devices must have vertical lifting capabilities.
Devices must have steering handles attached to the mast column.
Devices must have limit switches at both the top and bottom of the pillar for the motor.
Devices must have an anti-crush safety shut-off switch.
Devices must have a sleep mode for battery life conservation.
Devices must have a service time that displays usage times.
Devices must have a 51 ¾ stroke length.
Devices must have four low friction casters.
Devices must have rear wheel locking brakes.
Devices must have user instruction summary on the pillar for quick references.
Devices must have sling sizes available in XXS-XXL.
Devices must have sling size pie chart labeled on the hanger bar.
Accessories
IMPLEMENTATION AND INSTALLATION
Installation and validation shall be included in the procurement cost and shall include but not limited to:
Assembly of devices and validation.
All materials required to assembly mobile lifts shall be provided by the contractor.
The contractor will deliver the following quantities of mobile lifts and accessories to the addresses below:
Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201
Eight (8) Maxi Move w/Scale, Extra-Low Casters, Medium Powered DPS (KMCEUN-D)
Accessories
PERRY POINT VA MEDICAL CENTER, 59 AVE D, BUILDING 11 PERRY POINT, MARYLAND 21902
Nine (9) Maxi Move w/Scale, Extra-Low Casters, Medium Powered DPS (KMCEUN-D)
Accessories
WAREHOUSE Q32660 VA MEDICAL CENTER, 3900 LOCH RAVEN BLVD, BALTIMORE, MARYLAND, 21218 UNITED STATES
Three (3) Maxi Move w/Scale, Extra-Low Casters, Medium Powered DPS (KMCEUN-D)
Accessories
TRAINING
The contractor shall provide onsite training for all VAMHCS staff that requires training.
DELIVERY
The contractor shall deliver necessary equipment to the Baltimore, Perry Point and Loch Raven facilities as required in the quantities specified above.
The contractor must deliver the mobile lifts to the Loch Raven facility with a small bed truck that has a lift because these locations do not have loading docks.
The contractor must give VAMHCS staff 3 weeks notice of shipment and delivery of the mobile lifts and accessories.
The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed.
The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR.
Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box.
The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection.
The contractor shall remove all related shipping debris and packing from the VAMHCS facilities.
INSPECTION AND ACCEPTANCE
The contractor shall conduct a joint inspection with the COR upon delivery equipment.
The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government.
The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer.
DELIVERABLES
Operation and Maintenance Manuals
Deliver compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format.
OPERATOR TRAINING
Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff, facilities and engineering staff, and the biomedical engineering staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation.
PROTECTION OF PROPERTY
The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor.
SECURITY REQUIREMENTS
The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff.
The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement.
The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC).
WARRANTY
At a minimum the mobile lifts must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government.
The warranty shall begin upon completion of validation testing.
Warranty shall include onsite repairs and over the phone support.
Contractor shall provide routine maintenance service program during warranty period.
All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs.
The warranty shall include all travel and shipping costs associated with any warranty repair.
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, June 22, 2023 at 12:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
· Model Version:
KMCEUN-D Maxi Move w/scale, extra low castors and powered DPS
· Lift is completely assembled and factory tested which includes battery powered chassis and four (4) point
hanger bar. Includes two (2) batteries and battery charger. One (1) battery in lift, other in charger. Unit
can be utilized 24 hours a day. No need to plug into wall for charging.
· Must have electronic scale for easy and accurate weighing. Reads pounds and kilos, single button
operation, automatic zero. Liquid crystal display, waterproof touch pad, low battery indicator. Maxi Move
scale read out integrated in hand control with auto zero with weight lock function and last weight memory
recall. Scale meets Class 3 medical grade standards for weigh accuracy.
· Lift battery operated. Battery discharge indicator displays state of battery power-battery discharge. Readout in hand control
· Batteries to be sealed lead acid 24 volt.
· Audible low battery warning alarm.
· 500 lb. capacity.
- Power chassis width to be 28 ¼ closed and 45 3/4 completely opened. Simple push button operation
to open and close base. Base opens one leg at a time for ideal transfer positioning with difficult transfers.
· Lift to have Power Dynamic Positioning System (DPS) which allows patient to be positioned in chair/bed
from floor without manually manipulating patient. Power Positioning does not require separate battery to
operate which works off of main battery of lift.
· Remote hand control with screen display to operate lifting, lowering, and power chassis. Includes scale,
battery discharge indicator, and service indicator icons. Hand control is back-lite to allow readout of
functions in dark environments. Hand control operates power DPS for positioning of patient/resident.
· Complete set duplicate operating controls on the mast column to operate lift if required and for safety
back up of functions.
· Emergency lowering lever retracts into mast for storage. Emergency lowering for lowering patient in the
event of hand control, secondary control failure or power failure. No tools or battery power necessary to
operate emergency lowering.
· Power emergency cut off (Red-Off/Green-On) button on column to eliminate unauthorized use.
· Power Dynamic Positioning System has 4 point attachment of sling; two at shoulders and two at the thigh.
· Maxi Move has combi attachment for quick change of hanger bar without use of tools to stretcher or 2 or
4 point loop style hanger bars to integrate with loop style slings, repositioning slings and walking vests for
ambulation of patients.
2
· Patient/resident can be rotated 360 degrees for optimal positioning during transfer.
· Telescoping pillar has vertical lift stroke. Center of lift hook up point remains the same during raising and
lowering allowing easier floor pick up and transfers from bed when raised in high position. SVS (Stable
Vertical Lifting) design allows for ridged sling spreader bar minimizing swing and sway of patient when in
lift.
· Ergonomic steering handles attached to mast.
· Limit switches at top and bottom of pillar to shut off motor. Anti-crush safety shut-off switch in the event
unit comes in contact with patient or chair/bed. Limit switches prevent unit from lowering should it come
in contact with objects or resident. Unit stops in place and will not free fall when moved away from
obstacles.
· Sleep Mode automatic shut-down system after two minutes of inactivity to conserve battery power to
maximize battery life.
· Service timer displays hours and minutes of usage for scheduling service intervals.
· 51 3/4 stroke length. For easy floor transfer to bed, and bed to chair transfers.
· Capable of lifting persons from floor without having to lift person s head or back to attach sling.
· Low friction castors with rear wheel locking brakes which prevent wheels from turning or rotating.
· Chassis and frame unit to be electrostatic epoxy coated steel tubing and molded plastic parts.
· Sling size pie chart to be labeled on hanger bar.
· Different sling types available: toileting sling, mesh sling and amputee sling, and Flite disposable slings.
Sizes available XXS-XXL. Slings color-coded for size identification.
· User Instruction Summary located on pillar for quick reference.
· Vendor must have local sales and service.
· Technician Certification Training on-site available.
· One-year warranty covers all parts and labor. The metal frame and/or structure on all ArjoHuntleigh
patient lifts are warranted to be free of manufacturer s defects for five (5) years from the date of
shipment. This warranty coverage includes chassis, mast tubing, jib, metal handles, metal lifting arm,
spreader bars, metal attachments, and all metal welds.
· Service maintenance agreements available with complete coverage of parts, labor travel including
scheduled preventative maintenance.
· ArjoHuntleigh Maxi Move or equal.
3
· UL60601-1 listed and tested.
· Meets ISO 10535 Patient Hoist International Standards
· Must have FDA approval.
· Manufacturer must be ISO 9001 certified.
HANGER BAR OPTIONS:
2 pt loop style hanger bar 700-19326-BOX
4 pt loop style hanger bar 700-19331-BOX
Stretcher hanger bar 700-19302