6515--Brand Name Only - Howard Medical Hi-Pinnacle-E Medical Cart This is NOT a Request for Quotes.

Agency:
State: Delaware
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159293211516344
Posted Date: Feb 20, 2024
Due Date: Feb 27, 2024
Source: Members Only
Follow
6515--Brand Name Only - Howard Medical Hi-Pinnacle-E Medical Cart This is NOT a Request for Quotes.
Active
Contract Opportunity
Notice ID
36C24424Q0403
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 20, 2024 10:02 am EST
  • Original Response Date: Feb 27, 2024 04:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 27, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Wilmington VA Medical Center Attn: Warehouse Wilmington, , DE 19805
    USA
Description

Statement of Need (SON)
Department of Veterans Affairs
Wilmington VA Medical Center
1601 Kirkwood Highway
Wilmington, DE 19805-4917

GENERAL INFORMATION

Introduction / Background: The Wilmington VA Medical Center has determined a brand-name only requirement for a new Howard Hi-Pinnacle-E Medical cart. The Wilmington VA Medical Center s Dialysis Department provides care to 26 patients per week and this equipment is needed to provide bedside charting.

Justification: FY21 a new contract was awarded for Howard Medical Carts to replace end-of-life equipment. In the interest of standardization for the clinical staff and BioMed technicians, we are requesting continued procurement of the specific brand, Howard. This brand is compliant with the VA requirements of the BCMA system and provides safe and efficient delivery of medications to patients. Elements are compatible with the wireless internet system in place and meet the need of the Dialysis clinical staff.

GENERAL REQUIREMENTS

Carts: Each cart will include a wireless bar code scanner and holder, computer with monitor, arm, keypad, keyboard and mouse, wheels, accessory holders, and drawers. The carts requested are Howard HI Pinnacle E .

Warranty: Warranty shall be included for mechanical, electrical components, and batteries

On-Site installation shall be included

PHYSICAL CHARACTERISTICS / REQUIREMENTS

Cart Howard HI Pinnacle E

Central control panel for drawer access, power system controls, battery fuel gauge with visual and audible alerts, LCD height adjustment, and light controls.

LCD monitor mount with motorized height adjustment (5.25 range)

Monitor mount for 75 or 100mm VESA, includes tilt and swivel motions. Supports up to 20 lbs.

Large work surface with integrated push handles, translucent document cover; and raised perimeter edge lip for spill containment - dimensions (usable area) - 29.9'W x 21.5'D

5 Dual-wheel casters with 2 braking and 2 swivel casters on a 25' wheelbase

On Demand Steer assist technology with pushbutton activation and status indicator

Full width slide out keyboard drawer with negative tilt and integrated wrist rest, (3) USB ports and cable management, fits full size keyboard and mouse pad area. Max keyboard dimensions (25' W x11.3' D x 2.2' H)

9 tiers of configurable storage for 17' wide left & 9' wide right storage bays

Accessory Mounting Rails on both left & right end walls

Cart footprint 31.9'W x 24.6'D

Anti-microbial agents in touch surfaces to help reduce the spread of certain types of bacteria

Standard gray/white color scheme

Advanced electronic locking system with drawer sense technology

Convenient pull-out writing shelf (usable area 10.1'W x 14'L)

Battery fuel gauge built into control panel interface with visual and audible alerts

Tool-less battery compartment

Lockable Hinged Rear Door PC cavity (dimensions: 24.7'H x 15.4'W x 4'D)

Narcotics locking compatible

Power Supply

PowerMax 150 Battery Power System with 655 Whr (51.2ah) Lithium Iron Phosphate Battery Power System

Rechargeable, high-efficiency power system for powering devices up to 150W (150VA), 20A charger, 120VAC true sine output, battery supports long cycle life, fast recharge, and environmentally friendly

8ft coiled cord with hospital-grade AC plug

Lighting

Worksurface lamp that:
Provides light onto worksurface when in unlighted areas
LED with adjustable brightness and selectable color
LED med drawer light that illuminates automatically when drawer is open

Monitor 24 diagonal viewable size. 1920x1080 resolution, white housing

Computer

OptiPlex Micro (7010) non-TAA
13th Gen Intel Core i7-13700T (8+8 Cores/30MB/24T/1.4GHZ to 4.8GHZ/35W)
16 GB (2x8GB) DDR4 Non-ECC Memory
M.2 2230 512GB PCle NVMe Class 35 Solid State Drive
Windows 11 Pro
Intel AX211 Wi-Fi 6E 2x2 and Bluetooth 5.3 w/external antenna
HDMI port
5 Years of Pro Support Flex: Next Business Day Onsite, keep your hard drive

Configuration

(1) 1-Tier Storage Drawer and 18 (5 ) Patient Bins and (1) 2-Tier Storage Drawer
(1) 1-tier storage drawers in tier 1
Drawer size is 16'W x 3'H (inside usable: 15.8'W x 2.1'H x 11.9'D)
Drawer includes interlocking dividers
6-tiers of 3 across patient bins in tiers 2-7
3 patient bins per tier, per each cassette; total of 6 cassettes with 18 bins
Bins size is 5'W x 2.5'H (inside usable: 4.4'W x 2.3'H x 12.1'D)
Bins include dividers.
(1) 2-tier storage drawer in tiers 8-9
Drawer size is 16'W x 6'H (inside usable: 15.8'W x 5.2'H x 11.9'D)
Drawer includes interlocking dividers

(3) 2-Tier Storage Drawers, (1) 3-Tier Storage Drawer
(3) 2-tier storage drawers in tiers 1-6
2-Tier drawer size is 8'W x 6'H (inside usable: 7.9'W x 5.2'H x 10.7'D)
(1) 3-tier storage drawers in tiers 7-9
3-Tier drawer size is 8'W x 9'H (inside usable: 7.9'W x 8.3'H x 10.7'D)
All Drawers include interlocking dividers

Accessories

SCM USB Smart Card Reader w/mount

Mouse USB, washable, white, Howard brand, optical, waterproof, antimicrobial, 3-button with scroll

Keyboard Full size, white, USB, washable, antimicrobial, Howard brand, 104 key, 17.5 x6 x1

Honeywell Barcode Scanner w/mounting kit

Sani-Cloth Cradle

Sharps Container Cradle 2.2 qt and lockable

Wire basket

Warranty

5/5/5/5 Pinnacle E Cart with Complete Upgrade
5 Years on Mechanical Components
5 Years on Electrical Components
5 Years on Lithium Battery Defect
5 Years on Lithium Batter Performance
1 Year on SLA Battery Defect
60 Days on SLA Battery Performance

Installation/Assembly

Howard Medical authorized technician to complete on-site setup and integration of 3 Howard Medical carts

Tuesday Thursday, 8AM 5PM

DELIVERY:

Delivery shall be within 60 days after receipt of contract. Deliver equipment to:

Wilmington VA Medical Center (Attn: Thomas Hill)
1601 Kirkwood Hwy
Wilmington, DE 19805-4917

E. POINT OF CONTACT (POC):

The identified POC for this acquisition is:

Thomas Hill, Administrative Officer, Patient Care Services
Email: thomas.hill3@va.gov
Phone Number: (302) 994-2511 ext 4322

Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The POC shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification.

SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS:

The C&A requirements do not apply, and that a Security Accreditation Package is not required.

Instructions:

The information identified above is intended to be descriptive, of the BRAND NAME ONLY - Howard Med Hi-Pinnacle-E Med Cart 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 mentioned above.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334112.

Please answer the following questions:

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.)?
Is your company considered small under the NAICS code identified under this RFI?
Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.
(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.

(8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.
(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

(10) Please submit your capabilities regarding the brand name equipment.
(11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.

This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Tuesday February 27, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0403 in the subject of the email response.

Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

If a solicitation is issued, information will be posted on the beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this notification to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by email to Contracting Specialist at david.santiago2@va.gov
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. 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.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 20, 2024 10:02 am ESTSources 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 >