6515--Sterile Processing Shelves

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Ohio
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Apr 11, 2024
Due: Apr 18, 2024
Solicitation No: 36C25024Q0424
Publication URL: To access bid details, please log in.
Follow
6515--Sterile Processing Shelves
Active
Contract Opportunity
Notice ID
36C25024Q0424
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
250-NETWORK CONTRACT OFFICE 10 (36C250)
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 11, 2024 04:29 pm EDT
  • Original Published Date: Mar 18, 2024 06:35 am EDT
  • Updated Date Offers Due: Apr 18, 2024 12:00 pm EDT
  • Original Date Offers Due: Apr 11, 2024 04:30 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Jun 17, 2024
  • Original Inactive Date: Jun 10, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 337127 - Institutional Furniture Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Cincinnati , OH 45220-2213
    USA
Description View Changes
Please note this is an amendment to RFQ 36C25024Q0424 to provide additional floor plan information
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06.

This solicitation is set-aside for: Total Small Business Set Aside

The associated North American Industrial Classification System (NAICS) code for this procurement is 337127, with a small business size standard of 500. The FSC/PSC is 6515.

The Cincinnati VA Medical Center is seeking to replace outdated Hanel Rotomat. Currently there is very little space to efficiently build case carts due to space and the bulkiness of the Hanel Rotomat. While Logistics and SPS has to work in this space it is difficult as both disposables and reusable medical devices are in the same room. There is very little room to stage carts before and after assembly.

All interested companies shall provide quotations for the following:

The sterile shelves will provide a design customized for space to separate both disposables and reusable medical devices. Instituted in the design will allow for a space for staging case carts to assembly for the next day. Within this design all work including delivery of new carts, disposal of old carts, and weekend installation will be completed by the vendor. These carts have customed labeling and specific carts for large to, small, and peel pack items.

The shelves will be used by the Sterile Processing Service (SPS) Staff as well as Logistics and other hospital staff as authorized by SPS management. It will be used to reorganize the Sterile storage for OR adding space and organization. It will also separate disposable and reusable medical device (RMD). The flat shelf option will also increase the sterile storage capacity by 33% due to the shelf option provided. The sterile shelves will also meet the Center for Disease Control s Guideline for Disinfection and Sterilization in Healthcare Facilities, 2008, Updated May 2019 https://www.cdc.gov/infectioncontrol/pdf/guidelines/disinfection-guidelines-H.pdf.
These shelves will support staging, assembly of case carts for surgery, and mobility for staff to occupy the space.

The contractor shall provide equipment described above with the below listed requirements:

Specific Tasks
In order to comply with standards and guidelines, SPS will need sterile shelves to have the following:
Meet Infection Control Standards

Meet OHSA Dust Free Guidelines

Maximize 1,147 SF of space to Store RMD 18 from sprinkler heads

A site visit will be part of the RFQ process

Provide for the following estimated quantities and dimensions

(81) Storage Carts with slider shelves 15 ¾ W x 23 5/8 D x 85 13/16 H with
15 ¾ W x 23 5/8 D stainless-steel flat slide IN/OUT shelves
15 ¾ W x 23 5/8 D stainless steel step slide IN/OUT shelves.
For each Cart

(26) Storage Carts with slider shelves 15 ¾ W x 23 5/8 D x 85 13/16 H with
15 ¾ W x 23 5/8 D x 3 15/16 H fine mesh baskets on sloping sliders,
15 ¾ W x 23 5/8 D x 3 15/16 H baskets, and
15 ¾ W x 23 5/8 D x 7 3/32 H on fully extendable slider.
For each Cart

(3) Storage Carts 33 7/8 x 23 5/8 D x 85 13/16 H with
(2) 33 7/8W x 23 5/8D x 3 15/16H baskets on sloping sliders
(6) 33 7/8W x 23 5/8D x 3 15/16H baskets
(2) 33 7/8W x 23 5/8D x 7 3/32H baskets on fully extendable slider
For each Cart

(1) Storage Cart 56 W x 27 D x 39 3/8 H as a bench upon entering room
(3) 4H baskets
7H basket on fully extendable slider

Need to create a minimum 23 rows with at least 33 apart with a space to stage assembly of case carts for upcoming surgery cases approximately 20 of working space from the OR entrance.

Every Storage Cart to be configured with label Holder per surgical service using carboard and plastic Inserts.

Every basket configured with two dividers and a colored label per surgical service using carboard and plastic inserts.

Existing Storage will need removed on the weekend between Friday and Sunday.

Will handle the delivery and the assembly of the storage unit.

Schedule requirements:
Delivery Date: TBD / ASAP
The vendor will be responsible for:
Scheduling a site visit with the EMS COR, EMS Supervisor, and Engineering POC to assess work site.

Upon contract acceptance, Vendor Representative will schedule a meeting with EMS COR, EMS Supervisor, and other key personnel by contacting the AUS POC via email. There will be no contract modifications without authorization per FAR Part 43 unless deemed necessary by the Contracting Officer at this point.

Schedule a meeting with EMS COR, EMS Supervisor, and Logistics POC to coordinate color coding prior to bay assembly and existing storage removal (if applicable) time and date.

The Vendor Representative will schedule a time for removal of any other existing storage, if applicable, and as stated in signed contract with the EMS COR. The Vendor Representative will adhere to the FAR Part 22 Application of Labor Laws to Government Acquisitions, FAR Part 44 Subcontracting Policies and Procedures, and the U.S. Department of Labor Contract Compliance Guideline.

(If applicable) The worksite area and outside perimeter will need to be free of dirt, dust, and debris following OSHA 1910 before the construction crew leaves for the day. A tacky mat will need to be on the outside perimeter in order to avoid dust, dirt, and debris to spread and contaminate other sterile areas. Tools and other equipment must be wiped down after each shift s use and needs to be replaced if not functioning properly.

(If applicable) Upon completion of removal of extra storage, all debris will be disposed utilizing a covered cart utilizing an assigned path and freight elevator and assigned debris bin in order to comply with CDC s Guidelines for Environment Infection Control in Healthcare Facilities (2003) https://www.cdc.gov/infectioncontrol/guidelines/environmental/background/index.html.
(If applicable) Schedule a walkthrough with the EMS COR, EMS Supervisor, and Engineering POC once the extra storage had been removed for any issues that needs to be addressed or verification to move on with the installation of the sterile storage shelving. Any issues will need to be address and fixed within 24 hours by the Contractors.

Vendor Representative will ensure that materials/supplies/accessories are complete prior to delivery. Vendor Representative will ensure that there s no warped/defective items prior to shipping. The Vendor Representative will schedule a time and date with the Logistics Warehouse POC and EMS COR when the shipment can be received. Any missing/backordered items will be reported to the Logistics Warehouse POC and EMS COR via email with an ETA.

Materials/supplies that is dented/warped/improper fit will need to be replaced by the Vendor. Vendor will provide commercial product according to FAR Part 46.202.

Vendor will inspect and test supplies and services according to FAR Part 46.202-2 and FAR 46.202-3.

Vendor will have materials, supplies, tools, equipment, contract staff and other pertinent licenses and certifications inspected and completed needed prior to start of the project. Any backorder of supplies, materials, tools, and equipment will be addressed and remedied prior to start of the requirement. All OSHA certifications must be completed prior to start of the requirement.

The Contractor will provide all necessary PPE to all contracted staff according to OSHA Standard 1910 Subpart I and VA Directive 7701.

The Contractor will install shelves and racks according to manufacturer s guidelines, FAR Part 22 and OSHA Part 1910 Subpart Q.

After the installation is finished the Contractor is responsible for making sure that the worksite area and outside perimeter is free of dirt, debris, and excess material. All Contractor owned equipment and tools will be removed from the worksite and a final walkthrough will be conducted with the SPS COR, SPS Chief, and Engineering POC for final approval.

The SPS COR will be responsible for:
COR will monitor project from cradle-to-grave per FAR Part 46.

Scheduling a site visit with the Vendor Representative, EMS Supervisor, and Engineering POC to assess work site.
Upon contract acceptance, track contract activities and report if there is a need for any contract modifications to the Contracting Officer via email. There will be no contract modifications without authorization per FAR Part 43 unless deemed necessary by the Contracting Officer at this point.

Schedule a meeting with the Vendor Representative, EMS Supervisor, and Logistics POC to coordinate color coding prior to bay assembly and existing storage removal (if applicable) time and date.

Monitor the Vendor Representative to schedule a time for removal of any other existing storage, if applicable, and as stated in signed contract with the EMS COR. The Vendor Representative will adhere to the FAR Part 22 Application of Labor Laws to Government Acquisitions, FAR Part 44 Subcontracting Policies and Procedures, and the U.S. Department of Labor Contract Compliance Guideline.

(If applicable) Monitor the worksite area and outside perimeter will need to be free of dirt, dust, and debris following OSHA 1910 before the construction crew leaves for the day. A tacky mat will need to be on the outside perimeter in order to avoid dust, dirt, and debris to spread and contaminate other sterile areas. Tools and other equipment must be wiped down after each shift s use and needs to be replaced if not functioning properly.

(If applicable) Monitor Contractor/ removal of extra storage, all debris will be disposed utilizing a covered cart utilizing an assigned path and freight elevator and assigned debris bin in order to comply with CDC s Guidelines for Environment Infection Control in Healthcare Facilities (2003) https://www.cdc.gov/infectioncontrol/guidelines/environmental/background/index.html.

(If applicable) Schedule a walkthrough with the Contractor Supervisor, EMS Supervisor, and Engineering POC once the extra storage had been removed for any issues that needs to be addressed or verification to move on with the installation of the sterile storage shelving. Any issues will need to be address and fixed within 24 hours by the Contractors.

Ensure that Vendor Representative inspected materials/supplies/accessories are complete prior to delivery. Monitor that Vendor Representative schedule a time and date with the Logistics Warehouse POC when the shipment can be received. Any missing/backordered items will be reported to the Logistics Warehouse POC via email with an ETA.
COR is responsible for making sure that all supplies and materials are received by Logistics in the warehouse at the time of delivery according to FAR 46.502.

Monitor all installation activities and address and document any issues/concerns. Report and document any Safety and/or Infection Control Issues and ensure that they are corrected within the Safety and Infection Control guidelines.

Upon installation completion, schedule a walkthrough with SPS Chief, Engineering POC and Contractor Supervisor for any issues/concerns and correct findings within 24-48 hours.

Alternate submissions:
Offerors submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non-responsiveness to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished, or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested.


Equipment items, and related services will be delivered, as required, to:

Department of Veteran Affairs
Cincinnati VA Medical Center
3200 Vine Street
Cincinnati, OH 45220 2213
USA

Period of Performance

Delivery shall be provided no later than 90 days after receipt of order (ARO).

FOB: Destination

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Products and Commercial Services
FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders

The following subparagraphs of FAR 52.212-5 are applicable:
52.232-33, Payment by Electronic Funds Transfer System for Award Management (Oct 2018) (31 U.S.C. 3332).
All quotes shall be sent to the Contracting Specialist, Morgan Stein at Morgan.Stein@va.gov

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors (price, past performance, speed of delivery) resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government. Responses should contain your best terms and conditions.

Evaluation of Quotes:
The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will evaluate the following: Technical Capability, Past Performance, and Price.

Following receipt of quotes, the Government will perform a comparative evaluation of the products/services quoted. The Government will compare quotes to one another to select the product/service that best benefits the Government by fulfilling the requirement.
The VA will compare quotes against each other in an impartial and simplified manner.
The VA may ask questions to one or more submitters but is not obligated to do so.
The VA may reject all quotes.
The contracting officer and VA users may use any means available to examine past performance, such as contractor reliability and reputation and suitability of the product or service to meet the VA s need.
VA may discuss price or price discounts with the one or more submitters before awarding an order or rejecting all quotes.
The VA will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

The evaluation of VA requirements outlined in this request for quote will determine suitability.

Required Documentation:
Technical Capability
The offeror must provide sufficient documentation to allow for validation of the requirements listed in this requirement.
The offeror must also provide sufficient documentation for validation on how it will meet the listed requirements. The offeror must also provide a detailed space diagram that indicates the proposed layout of the equipment once installed.
The offeror must provide a timeline for phase-in, delivery, installation of proposed equipment, and training of end users.
The offered shelves should be of sufficient capability to support the volume as described.

Past Performance
The offeror is to provide a list of no more than three (3) Federal, State, and local government contracts or private contracts of similar type, scope, size, and complexity that are ongoing, or have been completed within the past 3 years.
Each contract should provide contact information of person/s that can be contacted that can provide relevant feedback regarding equipment provided and customer support received.
The offeror is to provide a listing of any notifications of citations of non-compliance with federal, state and local laws and/or regulations within the past three (3) years and the resolution to the identified issues. If there have not been any citations, please be sure to indicate so.

Price
Total quote price shall be inclusive of all requirements listed.

SUBMISSION OF QUOTATION
Submission of your response shall be received not later than 12 PM NOON Eastern Time on April 18, 2024. Please email your submissions to Morgan.Stein@va.gov ensuring the subject line states 36C25024Q0424 - Sterile Processing Shelves .

No phone calls please.

Quoters shall list exception(s) and rationale for the exception(s), if any.

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

An Offeror s initial proposal should contain the best terms from a price and technical standpoint. Offerors are reminded there should be no contact with the facilities regarding this RFP during the solicitation and evaluation process. Questions will no longer be accepted.
The award will be made to the response most advantageous to the Government. Responses should contain your best terms, conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

The Following Apply for the Need of Buy American Act Compliance for ALL Proposed Equipment:
52.225-1Â Buy American-Supplies
As prescribed in 25.1101(a)(1), insert the following clause:
Buy American-Supplies (Oct 2022)
(a)Â Definitions. As used in this clause
Commercially available off-the-shelf (COTS) item
(1) Means any item of supply (including construction material) that is
(i) A commercial product (as defined in paragraph (1) of the definition of commercial product at Federal Acquisition Regulation (FAR) 2.101);
(ii)Â Sold in substantial quantities in the commercial marketplace; and
(iii)Â Offered to the Government, under a contract or subcontract at any tier, without modification, in the same form in which it is sold in the commercial marketplace; and
(2) Does not include bulk cargo, as defined in 46 U.S.C.40102(4), such as agricultural products and petroleum products.
Component means an article, material, or supply incorporated directly into an end product.
Cost of components means
(1) For components purchased by the Contractor, the acquisition cost, including transportation costs to the place of incorporation into the end product (whether or not such costs are paid to a domestic firm), and any applicable duty (whether or not a duty-free entry certificate is issued); or
(2) For components manufactured by the Contractor, all costs associated with the manufacture of the component, including transportation costs as described in paragraph (1) of this definition, plus allocable overhead costs, but excluding profit. Cost of components does not include any costs associated with the manufacture of the end product.
Critical component means a component that is mined, produced, or manufactured in the United States and deemed critical to the U.S. supply chain. The list of critical components is at FAR 25.105 .
Domestic end product means
(1) For an end product that does not consist wholly or predominantly of iron or steel or a combination of both-
(i) An unmanufactured end product mined or produced in the United States;
(ii) An end product manufactured in the United States, if-
(A) The cost of its components mined, produced, or manufactured in the United States exceeds 60 percent of the cost of all its components, except that the percentage will be 65 percent for items delivered in calendar years 2024 through 2028 and 75 percent for items delivered starting in calendar year 2029. Components of foreign origin of the same class or kind as those that the agency determines are not mined, produced, or manufactured in sufficient and reasonably available commercial quantities of a satisfactory quality are treated as domestic. Components of unknown origin are treated as foreign. Scrap generated, collected, and prepared for processing in the United States is considered domestic; or
(B) The end product is a COTS item; or
(2) For an end product that consists wholly or predominantly of iron or steel or a combination of both, an end product manufactured in the United States, if the cost of foreign iron and steel constitutes less than 5 percent of the cost of all the components used in the end product. The cost of foreign iron and steel includes but is not limited to the cost of foreign iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the end product and a good faith estimate of the cost of all foreign iron or steel components excluding COTS fasteners. Iron or steel components of unknown origin are treated as foreign. If the end product contains multiple components, the cost of all the materials used in such end product is calculated in accordance with the definition of "cost of components".
End product means those articles, materials, and supplies to be acquired under the contract for public use.
Fastener means a hardware device that mechanically joins or affixes two or more objects together. Examples of fasteners are nuts, bolts, pins, rivets, nails, clips, and screws.
Foreign end product means an end product other than a domestic end product.
Foreign iron and steel means iron or steel products not produced in the United States. Produced in the United States means that all manufacturing processes of the iron or steel must take place in the United States, from the initial melting stage through the application of coatings, except metallurgical processes involving refinement of steel additives. The origin of the elements of the iron or steel is not relevant to the determination of whether it is domestic or foreign.
Predominantly of iron or steel or a combination of both means that the cost of the iron and steel content exceeds 50 percent of the total cost of all its components. The cost of iron and steel is the cost of the iron or steel mill products (such as bar, billet, slab, wire, plate, or sheet), castings, or forgings utilized in the manufacture of the product and a good faith estimate of the cost of iron or steel components excluding COTS fasteners.
Steel means an alloy that includes at least 50 percent iron, between 0.02 and 2 percent carbon, and may include other elements.
United States means the 50 States, the District of Columbia, and outlying areas.
(b) 41 U.S.C. chapter 83, Buy American, provides a preference for domestic end products for supplies acquired for use in the United States. In accordance with 41 U.S.C. 1907, the domestic content test of the Buy American statute is waived for an end product that is a COTS item (see 12.505(a)(1)), except that for an end product that consists wholly or predominantly of iron or steel or a combination of both, the domestic content test is applied only to the iron and steel content of the end product, excluding COTS fasteners.
(c) Offerors may obtain from the Contracting Officer a list of foreign articles that the Contracting Officer will treat as domestic for this contract.
(d) The Contractor shall deliver only domestic end products except to the extent that it specified delivery of foreign end products in the provision of the solicitation entitled "Buy American Certificate."
(End of clause)
Alternate I (Oct 2022). As prescribed in 25.1101 (a)(1)(ii) substitute the following sentence for the first sentence of paragraph (1)(ii)(A) of the definition of domestic end product in paragraph (a):
(A) The cost of its components mined, produced, or manufactured in the United States exceeds __ percent of the cost of all its components. [ Contracting officer to insert the percentage. ]
52.225-2Â Buy American Certificate.
As prescribed in 25.1101(a)(2), insert the following provision:
Buy American Certificate (Oct 2022)
(a)Â
(1) The Offeror certifies that each end product, except those listed in paragraph (b) of this provision, is a domestic end product and that each domestic end product listed in paragraph (c) of this provision contains a critical component.
(2) The Offeror shall list as foreign end products those end products manufactured in the United States that do not qualify as domestic end products. For those foreign end products that do not consist wholly or predominantly of iron or steel or a combination of both, the Offeror shall also indicate whether these foreign end products exceed 55 percent domestic content, except for those that are COTS items. If the percentage of the domestic content is unknown, select no .
(3) The Offeror shall separately list the line item numbers of domestic end products that contain a critical component (see FAR 25.105).
(4) The terms commercially available off-the-shelf (COTS) item, critical component, "domestic end product," "end product," and "foreign end product" are defined in the clause of this solicitation entitled "Buy American-Supplies."
(b)Foreign End Products:
Line Item No.
Country of Origin
Exceeds 55% domestic content (yes/no)
______________
_________________
_________________
______________
_________________
_________________
______________
_________________
_________________
(b)[List as necessary]
(c) Domestic end products containing a critical component:
Line Item No. ___
[List as necessary]
(d) The Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation.
(End of provision)



Clarifications of SPS Expectations from Vendors:
Proposed designs should include a staging area for building case carts for the surgery cases.
Shelving carts need to be labeled with service and tray type.
Separate Disposable, expendable items from Reusable items. (SPS items on one side and Logistics items on the other side)
Utilize the space where the Rotomat Hanel was removed to maximize space.
Do not want it maximized.
Create workflow to navigate when picking case carts from aisle to the next with enough room to fit two carts in an aisle or 7 of space.
Install new carts on the weekend and removal and disposal of old carts.
The awardee will be responsible for getting it to where it needs to go. The scope will be for both the procurement of the items, their assembly, and install
Questions with Answers:
Is the intention to place the existing Sterile Storage product in the new space to include the units described in the bid? Use the shelving in the additional storage room?
The requirement is to replace any current means of storage by maximizing the room s 1,147 SF of space with the technical requirements listed within the Specific Tasks and Performance Monitoring sections of the RFQ
Would it be appropriate to repurpose and of the existing shelving to reconfigure it in the new room? Presuming that it fits along with the desired additional shelving in the bid?
NO
Do you want the room maximized if it could fit additional storage above the numbers in the bid?
NO
Would the project lead be opposed to a top track system to maximize the storage in the room? (example below)
Need to create a minimum 23 rows with at least 33 apart with a space to stage assembly of case carts for upcoming surgery cases approximately 20 of working space from the OR entrance. We do not want the track system

Can the labeling request include custom labeling that allows for each column and location to be labeled per the customer s direction? (example below)
YES. Every Storage Cart to be configured with label Holder per surgical service using carboard and plastic Inserts. Every basket configured with two dividers and a colored label per surgical service using carboard and plastic inserts.

Will the desired room be empty for installation, or will we need to work within the space as shown on the walkthrough?
Schedule a meeting with the Vendor Representative, EMS Supervisor, and Logistics POC to coordinate color coding prior to bay assembly and existing storage removal (if applicable) time and date. Vendor will be responsible for removing and disposing of the current storage equipment
Describe the logistics from the loading dock to the 3rd floor SPD room? What is the path and the size of the elevator? Who is responsible for the transportation of the material from the dock to the 3rd floor?
As stated in the SOW (requirement description), this will be addressed after selection is made. Schedule a meeting with the Vendor Representative, EMS Supervisor, and Logistics POC to coordinate color coding prior to bay assembly and existing storage removal (if applicable) time and date. Path from dock to the service elevator is 63 wide at its narrowest point. The service elevator is 53 wide x 91 deep.
Has a space been allocated for the build and staging of the product prior to delivery to the 3rd floor?
It has - location for assembly, storage, and staging TBD after selection. Schedule a meeting with the Vendor Representative, EMS Supervisor, and Logistics POC to coordinate color coding prior to bay assembly and existing storage removal (if applicable) time and date.
Can you clarify what types of products will be utilized in the below configurations?
(3) Storage Carts 33 7/8 x 23 5/8 D x 85 13/16 H with
(2) 33 7/8W x 23 5/8D x 3 15/16H baskets on sloping sliders
(6) 33 7/8W x 23 5/8D x 3 15/16H baskets
(2) 33 7/8W x 23 5/8D x 7 3/32H baskets on fully extendable slider
For each Cart
(1) Storage Cart 56 W x 27 D x 39 3/8 H as a bench upon entering room
(3) 4H baskets
7H basket on fully extendable slider
RESPONSE: Refer to the SOW (requirement description)
please provide a CAD of the floor plan
The current Hanel Rotomat will be removed and disposed according to Cincinnati VA Medical Center s (CVMC) Standard Operating Procedure (SOP) 90-4 Turn-In Procedure. Floor plans (below) and dimensions were taken during site visit.

Please provide a full inventory list
If document is not included with the attachments for this requirement amendment, document is too large to include in the amendment. If you are unable to view this inventory list, and need an inventory list, please email Morgan.Stein@va.gov to obtain this document.
Please provide a full inventory list of each type of sterile pack, including a quantity of each type of pack
If document is not included with the attachments for this requirement amendment, document is too large to include in the amendment. If you are unable to view this inventory list, and need an inventory list, please email Morgan.Stein@va.gov to obtain this document.
Please provide detailed information regarding where and how these are to be delivered, dock access (dimensions, etc.) stair / elevator / hallway access / requirements / dimensions
Dock accessible.
Shipping address is 3200 Vine Street, however, the entrance to the dock is at the rear of the facility and is, technically, accessed off of E. Shields street.
Our shipping/receiving lot CAN handle a 53 trailer, but it is extremely tight, even when empty. If available, a pup trailer or smaller truck would be advisable.
As the owner of a SDVOSB, I was wondering if this was originally posted as a sources sought, and I missed it? I know that I have competed with other SDVOSB on previous VA projects which would normally qualify this under SDVOSB Set-Aside, but I know that I do not catch 100% of the sources sought notices.
Sources Sought notices are not a requirement, they are sometimes used during the market research phase of a requirement.
It was mentioned that the shelving products in the main room, C3034 would not be reused. There was also shelving in room C339, which was in relatively good condition. Would this shelving be re-used or disposed of? (please see attached images)
DO NOT REUSE

My last question is then based upon my second question. In the synopsis-solicitation, it states that on page 4 that the equipment must "Meet Infection Control Standards". We offer a similar product that has the holes shown in the upright. We then offer a product that does not have holes in the uprights. I have been asked on a previous projects not to quote the units with holes, as the holes leave a location that is very difficult to clean, and therefore was deemed an infection concern. Are these holes an issue in this situation?
Please refer to the Specific Tasks In order to comply with standards and guidelines, SPS will need sterile shelves to have the following: of the requirement. SPS has asked for information on items being proposed decision will be made at that point.

I wanted clarification on the question process . Will the questions we ask and subsequent answers we get from the staff be shared with the vendors that attended the walkthrough? Will they be made public for any vendor that sees the solicitation?
All questions received with the responses from our end user will be posted in an amendment to the Solicitation on SAM.gov.
Also, does this solicitation require the removal of the current Hanel System or is it just to provide shelving once it is removed?
The current Hanel Rotomat will be removed and disposed according to Cincinnati VA Medical Center s (CVMC) Standard Operating Procedure (SOP) 90-4 Turn-In Procedure.
asking: If there is an elevation with these counts of what this looks like for bid and quoting purposes?Â
See attached inventory list provided.
What is the overall goal for this project?
The sterile shelves will provide a design customized for space to separate both disposables and reusable medical devices. Instituted in the design will allow for a space for staging case carts to assembly for the next day. Within this design all work including delivery of new carts, disposal of old carts, and weekend installation will be completed by the vendor. These carts have customed labeling and specific carts for large to, small, and peel pack items. It will also separate disposable and reusable medical device (RMD).
Are you looking to expand your instrument sets?
NO
Do you need help moving supplies and labeling?
NO. The SOW (requirement description) states that the vendor is responsible for removal of any other existing storage as applicable, site clean up, disposal of removed items, and assembly/installation of new equipment.
Is the e-weight inventory management system handled by facility or by vendor?
Will not include e-weight system
Cysto -Eye-Gyn section Are they currently manually moving rolling carts to access?   Open to Consideration of Track systems? Â
No TRACK SYSTEM
Number of instrument trays?
Wrapped
Container
RESPONSE: If document is not included with the attachments for this requirement amendment, document is too large to include in the amendment. If you are unable to view this inventory list, and need an inventory list, please email Morgan.Stein@va.gov to obtain this document.
Number of Peel Packs?
If document is not included with the attachments for this requirement amendment, document is too large to include in the amendment. If you are unable to view this inventory list, and need an inventory list, please email Morgan.Stein@va.gov to obtain this document.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 10 CONSOLIDATED CONTRACTING 4100 WEST 3RD STREET
  • DAYTON , OH 45428
  • USA
Primary Point of Contact
Secondary Point of Contact


History

Related Document

Apr 8, 2024[Combined Synopsis/Solicitation (Updated)] 6515--Sterile Processing Shelves
Apr 16, 2024[Combined Synopsis/Solicitation (Updated)] 6515--Sterile Processing Shelves
Apr 29, 2024[Award Notice (Original)] 6515--Sterile Processing Shelves
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

...) Attachment RFQ027612 Public Utilities JPWWTP - OFFICE FURNITURE INF 5/1/2024, 9:00:00 AM ...

City of Columbus

Bid Due: 5/01/2024

...FY24 OEBS RSOT Tayco Office Furniture SRC0000018725 FY24 OEBS RSOT Tayco Office Furniture ...

State Government of Ohio

Bid Due: 5/13/2024

...Office Furniture 110 TGRC Torsion Back Only Pallas Etch/Indigo. TGRC/881460 SRC0000018643 Office... Furniture ...

State Government of Ohio

Bid Due: 5/03/2024

...LAND Sub Command DLA LAND COLUMBUS Office DLA LAND AND MARITIME Looking for ...

Federal Agency

Bid Due: 11/04/2024

* 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.