Stryker Prime Series Stretchers
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Jul 13, 2023 11:32 am CDT
- Original Response Date: Jul 18, 2023 12:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 02, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
- NAICS Code:
- 339113 - Surgical Appliance and Supplies Manufacturing
- Place of Performance: Belcourt , ND 58316USA
Description
INTENT TO SOLE SOURCE: PROCUREMENT OF THREE (3) Stryker Prime Series Stretchers
INTENT TO SOLE SOURCE FOR PURCHASE REQUISITION: This is not a request for competitive proposals. This is not a solicitation or request for offers. No solicitation package is available and telephone requests will not be honored.
The Great Plains Area Indian Health Service intends to award a one-time, Firm Fixed Price, Sole Source contract for three (3) Stryker Prime Series Stretchers to be delivered to Quentin N. Burdick Memorial Health Care Facility in Belcourt, Original Equipment Manufacturer Stryker Medical.
Technology, knowledge, technical expertise, and servicing capabilities for the Prime Series Stretchers are proprietary to Stryker Medical.
A Sole Source Letter was provided by the Original Equipment Manufacturer (OEM) describing the proprietary nature of the Prime Series Stretchers establishing this requirement as being peculiar in manufacturing to Stryker Medical.
The authority for applying the Simplified Acquisition Procedures for Commercial Items of FAR 13.5 is 41 U.S.C. 1901. This statute is implemented by for restricting competition on this procurement via FAR 8.405-6(a)(1)(i)(B).
The intent is to procure these products on a sole source basis. No solicitation will be posted to Contract Opportunities. The primary North American Classification System Code (NAICS) is 339113: Surgical Appliance and Supplies Manufacturing. The most current Business Size Rating for this NAICS is 800 employees.
Capable parties may identify their interests and authorization to respond to this requirement by July 18th, 2023, at 12:00 PM (CDT).
A determination by the Government not to compete this proposed award upon response to this notice is solely within the discretion of the Contracting Officer.
STATEMENT OF WORK
SCOPE OF WORK: The Contractor shall deliver:
- 3 Stryker Stretchers to the Quentin N. Burdick Memorial Health Care Facility
- Specs per FSS quote 10589215
1. EQUIPMENT
The following equipment shall be delivered by the Contractor in the space determined by the Government. All equipment delivered by the Contractor shall be FDA approved for use, in new condition, and fully operational in accordance with manufacturer literature specifications. A minimum of two (2) copies of any associated operational and/or service manuals shall be provided for all equipment listed below as applicable.
The Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during installation.
2. SALIENT CHARACTERISTICS
The Contractor shall provide a fully functional system that meets the following characteristics:
Salient Characteristics Stryker
11105000000E Prime Electric 5th WheelStretcher Qty 3
1105016000 700lbs Weight Capacity
1008001110 Electric Lift Base
1105003220 Four Sided Brake/Steer Control
1105005810 4 Sided Hydraulics
1070010100 Scale System
1008010010 Comfort Control Siderails
1008015020 Foot end Nursing Controls
1105011160 Dual End Siderail Release
1105048030 Pop-up Push Handles (Head end)
NO TRANSFER BOARD
1105001905 1105 E, DPM LABEL
1008146050 Domestic - Retractable Cord
1105035338 2 Stage IV Pole Head Left
1105035250 No IV Pole Foot End
1806034300 ISOFLEX SE FIRE BARRIER, 30IN
7777770201 Contract 2 Year, Parts, Labor, Travel
1105003555 Navy ID Bumpers1008010401 Domestic Labeling - English
9000900910 UNBOXED
1008005510 Electric Lift Dual Sided Hydra
1008024400 Prime Base - 4 Sided Brake & 3
1105005610 END CONTROL HYD, COOL GREY
1105101003 LABEL, SPECIFICATION
NO PLUG
1105210365 Footend Cover Option
1105210063 Head End Cover Option
1070017500 Scale Spacer Assembly
DOMESTIC MANUAL OPTION 1105
2. AREAS TO BE SERVICED
(one or all as necessary and appropriate to this contract)
Quentin N. Burdick Memorial Health Care Facility
1300 Hospital Loop
Belcourt, North Dakota 58316
3. INSTALLATION
NA
4. TRAINING
NA
5. INSPECTION AND ACCEPTANCE
- The Contractor shall conduct a joint inspection with the COR upon delivery of equipment.
- Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s).
- The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.
6. WARRANTY
- The contractor shall provide a one year manufacturer’s warranty on all parts and labor.
- The warranty shall include all travel and shipping costs associated with any warranty repair.
7. TASK FREQUENCY AND INSTRUCTIONS
The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR.
Equipment delivery shall not precede installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including “go live” support. Implementation and integration with VistA CPRS shall not exceed 90 days from date of award.
8. SPECIAL WORK REQUIREMENTS
The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the QNBMHCF during all portions of the work set forth in the Scope of Work.
The Contractor must comply with security, privacy, and safety issues in accordance to IHS standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work.
9. PROPERTY DAMAGE
The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (e.g. trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer.
10. ATTACHMENTS
None.
11. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND IHS REGULATIONS
The contractor's employees shall wear visible identification at all times while on the premises of the IHS property. It is the responsibility of the contractor to park in the appropriate designated parking areas. The IHS will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the IHS. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of IHS regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court.
12. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD
The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall:
A. Have methods by which all employees are educated as to risks associated with blood borne pathogens.
B. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens.
C. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens.
D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract.
13. INFORMATION SECURITY LANGUAGE NA
Attachments/Links
Contact Information
Contracting Office Address
- DIVISION OF ACQUISITION MANAGEMENT FEDERAL BLDG 115 4TH AVE SE RM 309
- ABERDEEN , SD 57401
- USA
Primary Point of Contact
- Ms. Erin Doering
- Erin.Doering@ihs.gov
- Phone Number 6052267662
- Fax Number 6052267689
Secondary Point of Contact
History
- Aug 02, 2023 10:55 pm CDTPresolicitation (Original)