IN HOME HOSPITAL BEDS
ID: 36C10G25R0011Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the procurement of in-home hospital beds intended for use by disabled and elderly individuals. The contract encompasses various types of hospital beds, emphasizing safety, compliance with industry standards, and product durability, with a minimum guaranteed amount of $2,500 and a ceiling of $260 million over a one-year period with four additional one-year options. This initiative aims to enhance the quality of care for veterans by ensuring access to essential medical supplies, with compliance to HIPAA guidelines and a focus on safeguarding sensitive patient information. Interested vendors can contact Darrell Williamson at darrell.williamson@va.gov or Jessica Abrams at Jessica.Abrams@va.gov for further details regarding the solicitation process.

    Point(s) of Contact
    Darrell Williamson
    darrell.williamson@va.gov
    Jessica Abrams
    Jessica.Abrams@va.gov
    Files
    Title
    Posted
    The document is a solicitation from the U.S. Department of Veterans Affairs (VA) for the procurement of hospital beds intended for in-home use by disabled and elderly individuals. The contract stipulates the requirements and specifications for various types of hospital beds, emphasizing safety, compliance with industry standards, and product durability. The procurement will be contracted over a period of one year with four additional one-year options, and aims to ensure quality and consistency in products available for VA medical centers nationwide. Key aspects of the solicitation include minimum technical requirements for beds, specifications for associated accessories, and comprehensive terms for invoicing and payment procedures. Potential contractors must comply with Health Insurance Portability and Accountability Act (HIPAA) guidelines, including the establishment of a Business Associate Agreement to protect patient information. The document also addresses security protocols, data breach responsibilities, and the overall commitment to safeguarding sensitive information. Regarding the contract's financial structure, the minimum guaranteed amount is $2,500, with a ceiling of $260 million, reinforcing the VA's engagement in a reliable supply chain for medical equipment. This solicitation reflects the VA's commitment to improving the quality of care for veterans by ensuring access to essential medical supplies.
    The Department of Veterans Affairs is soliciting feedback through a Past Performance Questionnaire as part of their competitive process for awarding a strategic contract for Hospital Beds for in-home use. The completed questionnaires should be submitted via email, with specific formatting requirements for the subject line. The document includes a rating scale from 1 to 5 for assessing various contractor performance areas, such as overall quality, delivery performance, service quality, problem resolution, and personnel quality. Additional inquiries address any past performance issues, potential terminations, and the contractor's responsiveness to prior problems. Subcontractors can also be included in the evaluation. The emphasis is on gathering thorough feedback to inform future contracting decisions. This initiative showcases the VA's commitment to ensuring high-quality service and accountability in their contracts, aligning with broader goals in federal procurement practices. The questionnaire aims to assess past performance to improve decision-making in awarding future contracts within the scope of federal grants and solicitations.
    The document outlines a structured form for tracking medical orders and implantations, commonly associated with healthcare or insurance systems. Key elements of this form include patient identification details such as name and last four digits of their social security number, along with relevant dates for orders and implantations. There are specific fields for order and customer information, tracking the number of units and the status of purchase orders, including any pending orders and their duration. Each order is linked to identifiers such as CFN ID and description, as well as batch numbers for inventory control. This form likely serves as part of a broader administrative process essential for managing medical supplies and ensuring compliance, particularly within contexts involving federal grants or state and local requests for proposals (RFPs) that oversee healthcare expenditure and services. By documenting these details, the form helps streamline operations and maintain accurate records, which is crucial for addressing regulatory and funding requirements in healthcare provision.
    The document appears to be an encrypted or corrupted file, rendering it unreadable and unparseable in its current form. Therefore, key ideas, topics, or supporting details cannot be identified or summarized effectively. Given its lack of clarity and coherence, it cannot be analyzed in terms of government RFPs, federal grants, or state/local RFPs. A potential resolution would involve accessing an uncorrupted version or obtaining the information through alternative means specified in government documentation processes. This situation highlights the importance of data integrity in federal documentation to ensure successful communication and project execution.
    The document outlines the contract details for various contractors providing services to the VA healthcare facilities across multiple regional networks in the United States. It specifies clinical line item numbers (CLIN) associated with different VA facilities, such as Togus, White River Junction, Buffalo, and many others, alongside their corresponding price inclusions and service level agreement (SLA) fees. Each facility belongs to a regional network, which includes names like VA New England Healthcare System, VA Pittsburgh Healthcare System, and VA Heartland Network. Additionally, it includes sections for reporting quarterly sales, quantity of items sold, and associated financial figures. The structure maintains a systematic presentation of data, ensuring clarity in line item identification across numerous facilities. Overall, this document serves as a comprehensive record for monitoring contract performance, pricing, and sales metrics related to the services rendered under various federal grants and RFPs within the VA system.
    This document provides detailed instructions for vendors on how to submit fees using the Pay.gov platform specifically for the SAC (Supply Activity Contract). It outlines a structured, four-step process for vendors to complete their remittance. Vendors are advised to contact their SAC Contracting Officer if they are uncertain about the type of fee to submit. The process includes selecting the appropriate SAC Contract Number and entering relevant sales data, including quarterly sales figures. The instructions differentiate between MSPV (Medical/Surgical Prime Vendor) and non-MSPV Sale transactions, highlighting specific requirements for each. Payments must be made via ACH (Automated Clearing House), as the SAC does not accept credit cards or third-party payments. Step-by-step guidance concludes with an emphasis on reviewing all entered information and agreeing to the Pay.gov authorization before submission. The document aims to facilitate proper fee remittance, ensuring compliance with federal contracting regulations, which is essential for agencies following RFP and grant procedures. Overall, it underscores the importance of accurate reporting and adherence to financial processes in federal operations.
    The Business Associate Agreement between the Department of Veterans Affairs (VA), Veterans Health Administration (VHA), and a vendor sets forth requirements for handling Protected Health Information (PHI) in compliance with HIPAA and HITECH Acts. The vendor is to supply Audible Prescription Reading Devices, which necessitates sharing PHI. The document defines key terms such as Business Associate and Covered Entity, and states that PHI remains the property of VHA. Key clauses include the permissible use and disclosure of PHI, obligations of both the Business Associate and Covered Entity to protect and manage PHI, and the requirement for immediate reporting of any breaches. The agreement mandates that the vendor implement adequate safeguards and enter into similar agreements with its subcontractors. Provisions also cover the return or destruction of PHI upon termination of the agreement, emphasizing the legal and compliance obligations of both parties. Ultimately, the purpose of the agreement is to ensure the protection and responsible management of sensitive health information while outlining the responsibilities and limitations placed on both the vendor and the VHA.
    The document titled "CROSS REFERENCE INDEX" with the reference number 36C10G25R0011 serves as an attachment related to a federal request for proposals (RFPs). Its primary function is to provide product line literature, intended to support proposals submitted to federal and possibly state and local agencies. The structure suggests a systematic approach, with appended pages referring to specific products and their corresponding paragraphs, though the specifics of those products are not detailed in the provided text. The document emphasizes the need for comprehensive information regarding product offerings in connection with governmental reviews and allocations. It underscores the importance of clarity and organization in conveying relevant product details to facilitate decision-making within the federal grant and RFP processes. As part of a broader procurement strategy, this cross-reference index ensures that all stakeholders can easily locate necessary documentation and product information, reinforcing the need for transparency and accessibility in governmental operations.
    The document titled "Hospital Beds for In Home Use - Questions" relates to Request for Proposals (RFP) under federal contract 36C10G25R0011. It presents a series of inquiries aimed at collecting information regarding the procurement of hospital beds designated for in-home usage. The presence of numbered questions suggests a structured approach to gathering insights or clarifications that may assist in the effective evaluation and selection of potential vendors. Though the specifics of the questions are not disclosed in this excerpt, they likely pertain to specifications, pricing, delivery options, quality standards, and regulatory compliance for the intended hospital beds. This RFP reflects the federal government's commitment to ensuring that adequate medical equipment for home use is accessible for improving patient care and facilitating better health outcomes. Overall, the document serves as a preliminary step in establishing a clear communication process between the government and prospective suppliers, aimed at enhancing the quality of in-home healthcare services.
    The document outlines a Request for Proposals (RFP) for the procurement of hospital beds and associated equipment for in-home use. It delineates various specifications for mattresses (static and dynamic) in standard and extended sizes, electric bed frames with adjustable features, and hospital accessories such as overhead trapeze and rail sets. Four options detailing different bed configurations and their corresponding item numbers, quantity requirements, and unit measures are provided. The sections detail the necessary product specifications, ensuring compatibility with patient needs and safety standards. Additionally, base and option quantities are identified, signaling potential variations in procurement needs. The document serves as a comprehensive guide for suppliers in bidding to meet federal and state healthcare service requirements, ensuring that patients receive the necessary care equipment for home health setups. It emphasizes the government's commitment to enhancing patient care through adequate healthcare infrastructure.
    Lifecycle
    Title
    Type
    IN HOME HOSPITAL BEDS
    Currently viewing
    Solicitation
    Similar Opportunities
    6515--Replace Hospital Bed Mattresses (Hill-Rom)
    Buyer not available
    The Department of Veterans Affairs (VA) is planning to issue a sole-source contract for the replacement of hospital bed mattresses used in Hill-Rom Beds at the Miami VA Medical Center. This procurement is driven by compliance with a Federal Patient Safety Alert, highlighting the urgency and specificity of the requirement for these mattresses. The estimated value of the contract, numbered 36C24825Q0405, is $730,752.78, and responses from interested parties must be submitted by February 19, 2025, at 4:00 PM EST. For further inquiries, interested vendors can contact Contract Specialist John Quijada Jr. at john.quijadajr@va.gov or by phone at 561-662-1845.
    6530--VAMC WPB HILL-ROM BED MATTRESS REPLACEMENT (VA-25-00036593)
    Buyer not available
    The Department of Veterans Affairs is issuing a Special Notice regarding a sole source contract for the procurement of replacement mattresses for Hill-Rom beds at the West Palm Beach VA Medical Center. This contract, valued at approximately $596,081.49, is necessary to comply with the Federal Patient Safety Alert AL24-01 and will be awarded exclusively to Hill-Rom, Inc., the manufacturer and authorized distributor of the required equipment. Interested vendors may submit a capabilities statement for consideration in future procurements, with all responses due by 12:00 PM EST on February 14, 2025, directed to Contract Officer David Henry at David.Henry3@va.gov.
    6515--Equipment - Buffalo STRYKER PROCURITY Z ISOTOUR
    Buyer not available
    The Department of Veterans Affairs is seeking to procure two Stryker ProCuity medical beds for the Buffalo VA Medical Center, as outlined in solicitation number 36C24225Q0296. This procurement aims to replace malfunctioning beds that are critical for patient care and safety, with Stryker beds being the only compatible option for the facility's existing nurse call systems. The contract is set aside for small businesses, with a response deadline of February 14, 2025, at 12:00 PM Eastern Time, and interested vendors should direct inquiries to Contracting Specialist LaTriece Bruce via email, as telephone inquiries will not be accepted.
    J065--FY25 - NJ Bed and Stretcher Full PM Services (Base + 4OY)
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for a full-service maintenance and repair contract for hospital beds and stretchers at the VA New Jersey Healthcare System, covering the period from March 15, 2025, to March 14, 2026, with four optional 12-month extensions. The contractor will be responsible for maintenance, repairs, parts, software upgrades, and technical support across multiple campuses, ensuring operational readiness and quality service delivery. This contract is crucial for maintaining high standards of patient care through effective management of essential medical equipment, with a 100% set-aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) to encourage small business participation. Quotes are due by March 7, 2025, and inquiries should be directed to Contract Specialist Tiffany W Vazquez-Simon at Tiffany.Vazquez-Simon@va.gov.
    6530--IFU Adjustable Chairs
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of two adjustable infusion chairs for the Adam Benjamin Jr. Community Based Outpatient Clinic (CBOC) to enhance services for veterans requiring infusion therapy. The chairs must meet specific technical requirements to ensure they are suitable for the new infusion room, thereby improving accessibility for veterans who would otherwise need to travel to the main facility for treatment. This acquisition is part of the national oncology program aimed at enhancing veteran care, with a delivery deadline set for no later than February 1, 2025. Interested vendors, including small and veteran-owned businesses, should contact Contract Specialist Mack Taylor at mack.taylor2@va.gov for further details regarding the solicitation process.
    W065--Bed Rentals Overton Brooks VAMC LA
    Buyer not available
    The Department of Veterans Affairs is seeking quotes for the rental of specialty hospital beds at the Overton Brooks VA Medical Center in Shreveport, Louisiana. This procurement involves a firm-fixed price contract for the delivery, setup, and removal of specialized beds, including Air Fluidized Therapy Systems and Med Surg Hospital Beds, ensuring compliance with safety codes and healthcare standards. The rental services are crucial for providing quality patient care, with the contract set to begin in March 2025 and options for four additional years. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses, must submit their quotes by February 20, 2025, and direct any questions to Contracting Specialist T Miller at t.miller@va.gov or by phone at 713-791-1414 x229073.
    Mattress PRO+ SURFACE 36" WIDE W/O XRAY
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified Service-Disabled Veteran-Owned Small Businesses (SDVOSB) for the procurement of specialized mattresses for the Truman Veterans Affairs Medical Center in Columbia, Missouri. The primary objective of this solicitation is to enhance patient safety and comfort in Inpatient Medical/Surgical units by providing mattresses that feature a solid frame, pressure redistribution capabilities, and compliance with infection control standards. The contractor will be responsible for delivering, assembling, and training VA staff on the mattress functions and maintenance protocols, with a required delivery timeline of 60 days post-award. Interested parties should contact Jon Lutmer at Jonathan.lutmer@va.gov or 410-446-3862 for further details regarding the proposal submission process.
    Q201--DME Huntington VAMC (VA-25-00036108)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for Durable Medical Equipment (DME) and related services for veterans at the Huntington Veterans Affairs Medical Center in West Virginia. The contractor will be responsible for the timely delivery, setup, maintenance, and pickup of government-owned DME, ensuring compliance with health and safety regulations and Joint Commission standards from April 1, 2025, through March 31, 2030. This contract, structured as a fixed-price Indefinite Delivery Indefinite Quantity (IDIQ) agreement with a minimum obligation of $50,000, underscores the government's commitment to providing high-quality care for veterans while ensuring regulatory compliance and efficient service delivery. Interested parties can contact Contract Officer Darcy J Gray at Darcy.Gray2@va.gov or (202) 745-8000 for further information.
    6530--691 | CEILING PATIENT LIFT
    Buyer not available
    The Department of Veterans Affairs is seeking information from potential vendors for the procurement of a Ceiling Patient Lift, specifically the Guldmann GH3+ model or an equivalent. The requirements for this ceiling lift system include a minimum lifting capacity of 880 lbs, dual-speed capability, ergonomic controls, and compliance with industry safety standards. This equipment is crucial for enhancing patient mobility and safety within VA facilities, thereby improving the quality of care for veterans. Interested vendors must submit their responses by February 17, 2025, and can direct inquiries to Contract Specialist Erica Perry-Johnson at erica.perry-johnson@va.gov or by phone at 702-791-9000.
    Q521--Portable Sleep Studies
    Buyer not available
    The Department of Veterans Affairs is seeking contractors to provide portable home sleep study devices, specifically the WatchPAT One kit, as part of its initiative to enhance remote healthcare services for Veterans. The procurement aims to facilitate the delivery of disposable sleep study kits directly to Veterans' homes, allowing for remote diagnostic testing while minimizing face-to-face medical evaluations. This service includes 24/7 support for Veterans during the testing process, with collected data securely transmitted to physicians for review, ensuring compliance with user consent regulations. Interested parties should contact Contract Specialist Felicia L. Simpson at felicia.simpson@va.gov for further details regarding this solicitation.