Search Contract Opportunities

6515 Ceiling Mounted Patient Lift, Traverse Rail System - BH

ID: 36C26322P0903 • Type: Award Notice • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Functional/Performance/Specification

General Equipment Name: Overhead Patient Lifts

Description & Salient Characteristics: Overhead lift systems that provide strong and secure lifting for those who need enhanced lifting power. The lift motor is installed in our standard rail system and has a minimum lifting capacity of 230 kg (507 lb) and function on Liko Rails; due to that being what we currently have our rooms outfitted.

Statement of Work

Overhead Patient Lift System

Black Hills Healthcare System

  1. Background:
    1. In December of 2021 BHHCS had a patient safety incident. This issue was due to a failure of an overhead patient lift. Upon evaluation of the estimated life span of the equipment, BHHCS BESS identified a discrepancy between the VA Estimated Life Cycle and the Manufacturer's Life Cycle. The entire fleet of overhead lifts are beyond their recommended life span, per the manufacturer's recommendation.
  2. Purpose:
    1. We are requesting purchase of 59 overhead lifts to ensure safe patient transport in all rooms that require an overhead lift.
  3. Statement of Work:
    1. Description of Work: Provide and install ceiling mounted patient lift systems (to include rails in 5 rooms, and a total of 59 motors/lift assemblies) to allow nursing staff to safely transport patients within the applicable rooms.
    1. Schedule of deliverables:
        1. The Contractor will provide all labor and materials to provide and install overhead tracks and motors.
        2. The Contractor shall provide independent third-party certification that lift installation location is structurally sound and suitable for the intended installation method. This certification shall include structural design drawings signed and sealed by a Professional Structural Engineer not employed by the Contractor except as an independent consultant, registered with a current Professional Engineer license in at least one of the 50 states of the United States.
        3. The Contractor shall verify desired installation location is suitable for the intended lift installation, including, but not limited to, verifying suitability of room dimensions, required clearances, and that existing equipment or utilities do not prohibit installation of the lift in each desired location.
        4. Contractor shall be responsible for all facility alterations and repairs necessary for a complete and usable installation.
        5. The Contractor shall ensure the equipment, materials and installation adhere to the publications listed below to the extent referenced. The publications are listed in the text by the basic designation only.
        6. The Lift system shall have the following features:
  4. Provide customer service/technical support M-F between 7:00 AM and 4:30 PM to exclude federal holidays.
  5. System must be qualified by UL Certification
  6. Maximum weight capacity must be 507 lbs or more per trolley/patient
  7. The rope let-out speed (patient fall speed) must be controlled by the trolley winch motor and should not exceed manufacturer's recommendations.
  8. Emergency Stop and Emergency Lower must be available on system
  9. Inlet Power: Standard 110 VAC, 10amp, 50/60 Hz
  10. Contractor Qualifications:
      1. Contractor must have full-time staff that is a fully qualified field service engineer (FSE) that is authorized by the contractor.
      2. Fully qualified is based upon training and on experience in the field.
      3. Contractor must provide, upon request, evidence of appropriate training of any FSE under the terms of the contract. Subcontracting will not be allowed without written permission of the Contracting Officer.
      4. System must be FDA compliant and registered.
      5. System safety must be guaranteed by UL Certification.
  11. Program Office Point of Contact:
    1. Program Office POC: Anthony Koessl BMET
    2. Back-Up POC: Wayne Berglund BMET
  12. Contractor Personnel Security Requirement:
    1. Contractor will not have access to VA data systems and/or patient sensitive data.
    2. The C&A requirements do not apply, and a Security Accreditation Package is not required.
  13. Delivery, Installation, Inspection/Acceptance requirements, and Warranty:
    1. Site Evaluation Survey of the intended installation space required.
    2. Delivery and installation shall commence within 8 weeks of receipt of Purchase Order.
    3. Inspection/Acceptance by appropriate VA staff required.
    4. 3-year general warranty warrants the system to be free from defects in workmanship, materials, and manufacturing for 2 years from the date of delivery, including parts and labor.
    5. Lithium-ion batteries for the Products will be free from defects in material and workmanship for two (2) years from the date of delivery. All other batteries for the Products will be free from defects in material and workmanship for a period of ninety (90) days from the date of delivery, including battery assembly replacement only.
    6. The overhead rails, overhead pendants and mounting brackets for the Products, that are supplied by Hillrom and installed by Hillrom authorized installers, will be free from defects in material and workmanship for ten (10) years, including parts, labor and travel.
    7. Reusable slings will be free from defects in material and workmanship for three (3) years from the date of delivery, including replacement of slings only.

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.

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 is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and [FACILITY] guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information.

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.

Overview

Awardee
Award ID
Reported Award
$270,887
Award Date
Sept. 8, 2022
Posted
Sept. 16, 2022, 2:47 p.m. EDT
Set Aside
None
Place of Performance
Columbus, OH 43213 USA
Source

Current SBA Size Standard
800 Employees
Pricing
Likely Fixed Price
6515 Ceiling Mounted Patient Lift, Traverse Rail System - BH (36C26322P0903) was awarded to The Janz on 9/16/22 by VISN 23: Midwest Health Care Network.
Primary Contact
Name
Terry McAllister   Profile
Phone
None

Secondary Contact

Name
Harry R Grambo III   Profile
Phone
None

Documents

Posted documents for Award Notice 36C26322P0903

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Award Notifications

Agency published notification of awards for Award Notice 36C26322P0903

Contract Awards

Prime contracts awarded through Award Notice 36C26322P0903

Similar Active Opportunities

Open contract opportunities similar to Award Notice 36C26322P0903

Experts for 6515 Ceiling Mounted Patient Lift, Traverse Rail System - BH

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
VETERANS AFFAIRS, DEPARTMENT OF > VETERANS AFFAIRS, DEPARTMENT OF > NETWORK CONTRACT OFFICE 23 (36C263)
FPDS Organization Code
3600-00263
Source Organization Code
100183219
Last Updated
Sept. 23, 2022
Last Updated By
terry.mcallister@va.gov
Archive Date
Sept. 23, 2022