6515 Anesthesia Machines - Fargo

Agency:
State: Michigan
Type of Contract: Awards
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Sep 23, 2023
Publication URL: To access bid details, please log in.
Award Number: 36F79720D0041 Task/Delivery Order Number: 36C26323D0137 Contractor Awarded Unique Entity ID: GW9FLBWB5625
Award Dollar Amount:
Contract Awardee:
Follow
6515 Anesthesia Machines - Fargo
Active
Contract Opportunity
Notice ID
36C26323F0137
Related Notice
Contract Line Item Number
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Award Details
  • Contract Award Date: Sep 22, 2023
  • Contract Award Number: 36F79720D0041
  • Task/Delivery Order Number: 36C26323D0137
  • Contractor Awarded Unique Entity ID: GW9FLBWB5625
  • Contractor Awarded Name: TRILLAMED LLC
  • Contractor Awarded Address: Bingham Farms , MI 48025 USA
  • Base and All Options Value (Total Contract Value): $620,164.49
General Information
  • Contract Opportunity Type: Award Notice (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 22, 2023 07:18 pm EDT
  • Inactive Policy: 15 days after contract award date
  • Original Inactive Date: Oct 07, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Bingham Farms , MI 48025
    USA
Description

STATEMENT OF WORK



GE Aisys CS2 w/Et Control, B650, Low Flo AGSS ANESTHESIA MACHINE



1. SCOPE: Vendor must provide name brand or equal 7 new GE Aisys CS2 w/Et Control, B650, Low Flow AGSS anesthesia machines to the Fargo VA Health Care System, 1ea. in five Operating Rooms (OR) 1-5, Bronc room, and 1 Interventional Radiology (IR) room to replace 7 current carts. The selected vendor will be responsible for, unpacking, installing, setup, configuration, and testing to include providing any installation site services required to complete this project. These services include, but are not limited to, system design, project management, product upgrade, and other general facilities services. Travel to and from the place of performance shall also be included in the contractor’s proposal. All installation, onsite training, and implementation are to be performed at the Fargo VA Health Care System.




  1. The Contractor is responsible for ensuring all current Joint Commission, NFPA, local VA, and any other applicable standards are met.

  2. Before the project is accepted and signed off on, the vendor shall assess as needed the requirements of the SOW.

  3. Vendor shall have minimum 10 years’ health care facility experience installing medical Anesthesia Machines. Relevant experience must be within the last 10 years.

  4. Vendor will remove identified but not limited to current equipment under the supervision of the facility Logistic and Biomed Department.

  5. Date of manufactured equipment must not be greater than 1 year before the purchase order date. The equipment must not be used or refurbished and must have the latest manufactures’ software/hardware updates installed. Any batteries provided with the unit will not be manufactured more than 12 months before the purchase order issue date.

  6. All attached equipment parts provided by the vendor; date of manufacturing must not be greater than 1 year before the purchase order.







2. QUOTE REQUIRMENTS:




  1. The quote should include a bill of materials with product subtotal, labor/installation line items, and total cost for each deliverable separately.

  2. The quote should be broken down by line item for equipment (like items may be grouped). All necessary equipment and manpower for install must be included in quote.

  3. Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.





3. PLACE OF PERFORMANCE:




  1. Fargo VA Health Care System, 2101 n Elm St. Fargo ND 58102

  2. Contractor shall deliver within 120 days after award

  3. All work shall be accomplished between the hours of 6:30 AM and 5:30 PM Monday-Friday unless approved by Biomed.

    • The Federal Holidays are as follows:







New Year’s Day



January 1st



Martin Luther King’s Birthday



Third Monday in January



President’s Day



Third Monday in February



Memorial Day



Last Monday in May



Juneteenth



June 19th



Independence Day



July 4th



Labor Day



First Monday in September



Columbus Day



Second Monday in October



Veterans Day



November 11th



Thanksgiving Day



4th Thursday in November



Christmas Day



December 25th








      1. Also included would be any other day specifically declared by the President of the United States to be a National Holiday.

      2. When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday.

















4.MINIMUM SPECIFIC REQUIREMENTS: To be eligible for consideration, vendor must provide brand name or equal to the GE Aisys CS2 w/Et Control, B650, Low flow AGSS Anesthesia Machine. The GE Aisys CS2 w/Et Control Anesthesia Machine must provide digital touch screen technology and include the following: any new modules needed for current Philips Physiological System and Ark communication to the cart:




  • Aisys CS2 w/Et Control, B650, Low Flow AGSS: State-of-the-art premium performance, precision, and control

  • All equipment must be Original Equipment Manufacturer (OEM)

  • Emergency manual ventilation: to promote patient safety during an electrical failure

  • Elimination of excessive fresh gas flow on tidal volume to protect the lung: adjust fresh gas flow manual or automatic

  • Et Control Software: set targets, automatically adjust fresh gas concentrations

  • Must provide each cart with G.E. Gas Analyzation Module with O2 Sensor

  • Minimum 15-inch color LCD touch screen, minimum Pixel format: 1024 (H) x 768 (V)

  • Mobile patient monitoring: cart must be on casters and mobile

  • Cart must provide serial interface for legacy connections

  • Cart must provide user configurable network ports

  • Cart must provide large working surface for completing paperwork

  • Cart must support various mounting sports and rails for customizable placement of monitoring

  • Cart must provide four modular storage doors below top working surface

  • Cart must be able to meet current room and boom electrical requirement hook-ups

  • Vendor must provide all electrical and med-gas hose connections from cart to boom

  • Cart must be able to provide minimal 4 additional 110/115-volt power plugins for external devices and meet NFPA 99 codes

  • Cart must come with all channels, arms, installation and supports 1ea. Philips Physiological Monitor

  • Cart must come with all channels, arms, installation and supports to support 2 ea. Philips 4 position FMS Rack

  • Philips’s monitor will be installed on the left side, mounted on single arm while front facing machine above Et Control Screen

  • Philips’s FMS racks will be installed on the left side, mounted left side of Philips Physiological monitor and G. E. Touch/Control Screen at the G. E. Touch/Screen level

  • G. E. Touch Et Control Screen will be installed on left side, mounted on single arm while front facing machine below Philips’s monitor.

  • Cart must come with all channels, arms, installation and supports to support 1ea. Philips Multiplexor device

  • Cart must come with channels on both left and right side of cart to support multiple monitor functions

  • Multiplexor will be mounted on lower right side of cart

  • Cart must come with flip up keyboard w/mouse GCX Part # WM-0023-56

  • Cart arm that support Philips Ark Monitor PC and keyboard w/mouse must be able to swing directly in front of CS2 cart above work surface

  • Cart must come with Nitrous Oxide, Medical Air, Oxygen, WAGD, and Vacuum connections and meet NFPA 99 Codes and requirements

  • Cart must meet all NFPA 99 Nitrous Oxide, Medical Air, Oxygen, WAGD, and Vacuum connection requirements

  • Cart must support and connect to current electrical and med-gas hose facility boom connections

  • Vendor must supply 8 sets med-gas hoses for cart to boom connections

  • All med-gas hose connections must meet NFPA 99 requirements

  • Vendor will be responsible for cart and boom med-gas connections and testing

  • Vendor will be responsible for cart and boom electrical connection/s and testing

  • Vendor will be required to move Philips Physiological Monitor and module equipment from current cart to new carts under the direction of Biomed

  • Vendor will be required to connection all Philips equipment from current cart to new cart

  • Vendor will be required to verify all Philips equipment functions per the functions of the current cart

  • All cabling will be hidden from view if channels are available

  • Keyboard and mouse will be stationed under ARK PC Monitor

  • Cart must come with tabletop small flexible back-up light for emergency or low light use

  • Cart must provide minimum 30 minutes battery back power

  • Cart must provide minimum 2 X RS 232, 1 X USB, 1 X LAN

  • Cart ventilation options must provide at a minimum: VCV, PCV, PSVPro mode, PCV-VG, SIMV VCV, SIMV PCV, CPAP+PSV and SIMV PCV-VG

  • Each cart must be provided with the following Aladin2 Cassette, 1ea. Sevoflurane, Cassette 1 ea. Desflurane Cassette

  • Each cart must be provided with E-SCAIOE-00 Respiratory Module

  • Vendor to provide initial 40 hours (onsite) user training to Anesthetist Department, Monday thru Friday, 8-hour days, total 6 users

  • Vendor will provide (onsite) 24 hours follow-up user training two weeks later, Tuesday, and Wednesday, and Thursday, 8-hour days, total 6 users

  • Vendor to provide training between hours of 6:30am and 2:30pm, Monday thru Friday

  • Vendor to provide 2 Aisys CS2 Technical service Preventative Maintenance (PM) training classes with lodging and airfare for Biomed

  • Vendor must provide all Aisys CS2 cart and Et/Control preventative maintenance tools to perform recommended PM to include software

  • Cart must support current facility 1 ea. oxygen and 1 ea. air cylinder e-tanks

  • Vendor must accept trade-in

  • USA Aisys CS2 with End Tidal Control Bundle

  • End-tidal Control Software

  • N20 Pipeline DISS Fitting

  • Pressure Control Modes Suite

  • Spontaneous Breathing Modes Suite

  • VCV Cardiac ByPass Mode

  • Patient Monitor Mount, Vertical B650/B450

  • Bag support arm

  • Active low flow AGSS with DISS EVAC Connect

  • ACGO (Auxiliary Common Gas Outlet)

  • O2 Cylinder connection, pin indexed yoke, inboard

  • Air cylinder connection, pin indexed yoke, inboard

  • O2 gas power outlet DISS

  • Folding Side Shelf

  • Cable management arm with post

  • Suction Regulator, 3 Mode, DISS Pipeline Fitting

  • Remote on/standby switch-AM to Aisys DisVent Extension Cable

  • Suction bottle mounting arm-accommodates Drager suction bottle holders

  • Aladin 2 Cassette for Sevoflurane

  • Aladin 2 Cassette for Desflurane SAF-T-FIL

  • EASY FIL Bottle Adapter, Sevoflurane

  • Anesthesia Gas Modules

  • D-fend Pro Water Trap, Dark Steel Blue, box of 10 pcs

  • Gas exhaust line, white conical and Colder, disposable 0.18m/7in

  • EZ Change Module with Condenser

  • Flow sensor module

  • AmSORB PLUS Prefulled G-CAN Absorber Canister 1.0L, 8/BX

  • Anesthesia Flow Sensor, ABS

  • Plug 02 Port Kit

  • Patient Tube, Adult Reusable Hytrel 0.9M

  • ABS Bag Arm Connector, Reusable, 1 ea.

  • Suction Mounting Post

  • DISS Hand-I-Twist (HIT), DIS (HIT) 02 Hose Assembly, 15’

  • DISS Hand-I-Twist (HIT), DIS (HIT) N20 Hose Assembly, 15’

  • DISS Hand-I-Twist (HIT), DIS (HIT) Vac Hose Assembly, 15’

  • DISS Hand-I-Twist (HIT), DIS (HIT) Air Hose Assembly, 15’

  • Evac hose assemblies DIS EVAC Hand-I-Twist (H-I-T), 4.6m/15’











SERVICE OF WORK:




  • Vendor to schedule delivery with facility Logistics’ and Biomed POC minimum 30 days prior to delivery

  • Vendor to deliver 7 anesthesia carts to the Fargo VA Health Care System Logistics warehouse, where they will be checked in, unpacked, inventoried, and preset up.

  • Vendor is responsible to unpack and dispose of all unneeded packing material off-site

  • Vendor will be responsible to provide dumpster for trash and removal of all trash from property and grounds via covered cart, via designated routes

  • Vendor is responsible to prepare, pack, and ship 7 trade-in carts with-in 72 hours after setup of last installed and accepted cart.

  • All carts must be accepted by Biomed POC after complete installation.

  • The Fargo VAHCS will not provide equipment, tools, or labor to assist in deliveries. All necessary equipment and manpower must be included in quote.

  • Any damage to the Fargo VAHCS facility incurred through the installation process must be repaired within 30 days at the vendor’s expense.

  • Fargo VA personnel are unaware of any asbestos containing material (ACM) in the project area or fiber path. If any suspected ACM is discovered work shall stop and contractor shall notify the Fargo POC for direction to proceed.

  • Vendor will need to contact the Anesthesia POC, Supervisor, Inventory Management POC, and Biomed POC, 10 days after contract award date to verify and purchase of any needed cart consumables.

  • Cart consumables, at a minimum include the following:

    • Part # 2105489-003 AMSORB PLUS® PREFILLED G-CAN® ABSORBER CANISTER, 1.0L, BOX OF 8

    • Part # 2105489-001 Foam Dust filter for the reusable CO2 absorber canister, 40/ pack

    • Part # 1407-7004-000 ABS Reusable CO2 Canister

    • Part # 2105489-007 AMSORB PLUS® JERICAN, 5.0L, BOX OF 2

    • Part # 2106572-001 EASY-FIL BOTTLE ADAPTER, VAPORIZER, ISOFLURANE

    • Part # 2106572-003 EASY-FIL BOTTLE ADAPTER, VAPORIZER, SEVOFLURANE

    • Part # 2096534-003 PATIENT TUBE ADULT REUSABLE HYTREL 0.9M

    • Part # 2096534-004 PATIENT TUBE ADULT REUSABLE HYTREL 1.5M

    • Part # 2096534-001 PATIENT TUBE ADULT REUSABLE HYTREL 0.35M

    • Part # 2096534-002 PATIENT TUBE ADULT REUSABLE HYTREL 0.75M

    • Part # 2105488-006 Scavenging Tube, 5M, Disposable

    • Part # 2105488-022 Scavenging Tube, 5M, Disposable, Box of 10

    • Part # 876446-HEL D-fend - double width module E-CAiO, E-CAiOV and E-CAiOVX, OR use

    • Part # M11826629 Dark Steel Blue D-fend Pro - single width module E-sCAiO, E-sCAiOV and E-sCAiOVX, OR use / Change every 30 Days

    • Part # 8002174 Mini D-fend - for E-miniC, OR/ICU use

    • Part # M1200277 D-fend Pro+ - Green, single width modules E-sCO, E-sCOV, E-sCOVX, ICU use / Change every 24H

    • Part # 2097307-001 Gas Sample Line PVC/PE 2M

    • Part # 2097307-002 Gas Sample Line PVC/PE 3m

    • Part # 2106570-024 SCAVENGING BAG, 3.0L, REUSABLE, 30M/22F

    • Part # 2106570-006 HMEF, NEONATAL, DISPOSABLE, BOX OF 50

    • Part # 2106570-009 HMEF, PEDIATRIC, DISPOSABLE, BOX OF 50

    • Part # 2106570-010 HMEF, ADULT, DISPOSABLE, BOX OF 50

    • Part # 2106570-007 FILTER, Adult DISPOSABLE, BOX OF 50

    • Part # 2106570-008 HEPA FILTER, DISPOSABLE, BOX OF 50

    • Part # M-10 O2 Sensor, ABS

    • Part # 2082006-001 O2 Sensor and Cable, ABS



  • All Clinical training will be processed and scheduled thru the Anesthesia POC






  1. PERSONNEL REQUIREMENTS






  1. The Contractor has the ultimate responsibility for managing the order, for achieving the expected performance results, and for determining the appropriate staffing in support of its technical approach

  2. The Contractor shall provide experienced and certified personnel to perform the required services

  3. Contractor personnel shall conform to standards of conduct and code of ethics, which are consistent with those applicable to Government employees

  4. All Contractor personnel shall have required tools and test equipment. The Government will not provide tools and test equipment

  5. The Contractor shall be qualified professionals with strong technical background in Anesthesia Delivery System and experience in performing large, complex projects

  6. The contractor and all associated sub-contractor’s employees shall comply with applicable installation, facility and local security policies and procedures

  7. Upon contract acceptance, contractor will be required to reach out to facility a Biomed POC to verify any new check-in procedures

  8. The vendor and all employees working on this contract will be required to check-in daily with the Fargo VA and must wear appropriate badges. Badges shall be visibly worn, at all times, while on site.

  9. The VA Health Care System and its property is now entirely smoke-free.

  10. VA does not provide parking spaces at the work site; the Contractor must obtain parking at the work site if needed. It is the responsibility of the Contractor to park in the appropriate designated parking areas. VA shall not invalidate or make reimbursement for parking violations of the Contractor under any conditions.

  11. Possession of weapons is prohibited.

  12. The work area shall be returned to an acceptable appearance after any work is completed. All disposals of materials are to be off-site.





B. INSPECTION AND ACCEPTANCE CRITERIA



i. Contractor shall demonstrate to POC and using services (i.e. Bio-med) the functionality of the system, as well as any requested features of the software



ii. Changes or modifications to the SOW can only be made by the Government Contracting Officer.





C. RISK CONTROL





i. As part of the installation carts may require traversing patient-care areas. Infection Control Risk Assessment (ICRA) will be completed prior to project start to document any concerns. This will be posted at the job site.



ii. Personal Protective Equipment may be required to perform the work safety in some areas.



iii. Wearing a face mask covering both the mouth and nose within the VA facility is a requirement.



iv. Contractor to follow all federal and local policies for work. This includes but is not limited to preparing Infection Control Risk Assessments, determining, and setting up appropriate containment of installation site, gaining access to secure locations such as electrical closets, data closets, and server rooms.



v. Contractor to follow all federal and local policies for containment barriers etc. when performing the work.



vi. Contractor to follow facility guidelines regarding COVID protocols, badging and self-identification.















D. SUPPORT






  1. On-site next-day service and support. (Monday-Friday, Excluding Federal Holidays)





E. WARRANTY




  1. Vendor shall provide a 1-year full warranty for all purchased products under this contract

  2. The warranty period shall not go into full effect until the completion of the project and written acceptance by the Fargo VHAMC.

  3. Vendor shall provide standard warranty for the installation.





F. MISCELLANEOUS





At the completion of the project the Vendor shall provide the Biomed supervisor with:



i. All service-related documentation (etc. Manuals, CD’s)



ii. URLs for service ticket review.



iii. Contact Phone Numbers for service requests.



iv. Information on Submitting Service tickets.




  1. All items to be shipped F.O.B. destination. Shipping shall be included in the product price and shall not be billed separately.

  2. All shipping, packaging, equipment material will be cleaned and disposed of by vendor.

  3. The warranty period shall not go into full effect until the completion of the turnkey project and written acceptance by the Fargo VHAMC.

  4. Onsite training shall also be completed before the warranty period begins.


Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Sep 22, 2023 07:18 pm EDTAward Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Solicitation # Description Addendum Closing Date Closing Time 324-103.pdf Maintenance Management Software 5/23/2024 ...

Greenville County School District

Bid Due: 5/23/2024

...Solicitation # Description Addendum Closing Date Closing Time 124-97 (RFP).pdf RFP 124-97 Internal ...

Greenville County School District

Bid Due: 5/15/2024

...- DoIT - Physical Records Management Software REQUEST FOR PROPOSAL Active 4/29/24 12:50 ...

City of Detroit

Bid Due: 5/22/2024

...ARPA - HRD - IT Equipment, Software & Accessories REQUEST FOR QUOTE Active ...

City of Detroit

Bid Due: 5/10/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.