The Department of Veterans Affairs VAMC White River Junction,ÃÂ intends to solicit for 3 Ligasure/Valleylab FT10 Energy Platform, for Providence VA Medical Center, located at 830 Chalkstone Ave, Providence, RI 02908.
The VA Medical Center requires the following:
STATEMENT OF WORK
SCOPE OF WORK: Ligasure/Valleylab FT10 Energy Platform and Cart set-up and training of OR personnel.
1. EQUIPMENT
Ligasure/Valleylab FT10 Energy Platform will include a minimum of two (2) copies of any associated operational and/or service manuals. Contractor shall provide all tools and equipment necessary to properly and safely perform the services set forth within this statement of work. This shall include, but is not limited, to all Personal Protective Equipment (PPE) which may be required for the work to be completed in a safe manner. The Contractor shall provide any equipment necessary for proper infection control measures during installation.
2. SALIENT CHARACTERISTICS
Must permanently fuse vessels up to and including 7 mm in diameter and tissue bundles without dissection or isolation
Must seal cycle is 2 to 4 seconds, when used with the ForceTriad energy platform
Seals must withstand three times normal systolic blood pressure
Feedback-controlled response system automatically discontinues energy delivery when the seal cycle is complete, eliminating the guesswork
AREAS TO BE SERVICED
Department of Veterans Affairs
Providence VA Medical Center
830 Chalkstone Ave
Providence, RI 02908
O.R. Suite room 209
3. INSTALLATION
The Contractor shall provide all labor, materials, tools, equipment and etc. to prepare for and complete the installation of the equipment in the space determined by the Government.
Installation and implementation dates are to be coordinated in advance with Clinical Engineering and the COR.
All employees of the Contractor and subcontractors shall comply with VA security management program and obtain the permission of the VA police, be identified by project and employer, and restricted from unauthorized access.
All installation personnel shall be trained by the manufacturer on safe and proper Personal Protective Equipment (PPE) usage and general infection control regulations and requirements relevant to the work outlined in the Scope of Work.
The Contractor shall be responsible for the safe removal and disposal of all packing materials and related waste generated during installation.
4. TRAINING
This also includes a Vendor 1 day in-service to train OR staff on the use and functioning of equipment. Training shall occur during a mutually agreed time between the Contractor and the COR. Technical training shall be provided to Clinical Engineering staff for basic troubleshooting and device operation.
5. INSPECTION AND ACCEPTANCE
Clinical Engineering shall conduct a joint inspection with the COR upon delivery of equipment.
Clinical Engineering shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s).
The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer.
6. WARRANTY
The contractor shall provide a one year manufacturer s warranty on all parts and labor.
The warranty shall include all travel and shipping costs associated with any warranty repair.
7. TASK FREQUENCY AND INSTRUCTIONS
The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR.
Equipment delivery shall not precede installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including go live support.
8. SPECIAL WORK REQUIREMENTS
The Contractor shall comply with any and all Infection Control Risk Assessment requirements deemed appropriate by the Providence VA Medical Center during all portions of the work set forth in the Scope of Work.
The Contractor must comply with security, privacy, and safety issues in accordance to VA standards, policies, and directives set forth at all times while providing the work outlined in the Scope of Work.
9. ATTACHMENTS
None
10. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS
The contractor's employees shall wear visible identification at all times while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate desig nated park ing areas. Information on parking is available from the VA Police-Security Service. The VA will not invalidate or make reimbursement for parking viola tions of the con tractor under any con ditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two way radios are not to be used within six feet of any medical equipment. Posses sion of weapons is prohibited. Enclosed containers, including tool kits, shall be sub ject to search. Violations of VA regulations may result in a citation answer able in the United States (Federal) Dis trict Court, not a local district state, or municipal court.
11. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD
The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall:
A. Have methods by which all employees are educated as to risks associated with blood borne pathogens.
B. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens.
C. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens.
D. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract.
Any interested parties who can identify their capabilities and interest and respond to the
Requirement, furnishing detailed data concerning their capabilities to provide the product should
EmailÃÂ
[email protected].
This notice is not a request for competitive quotes; however, any firm that believes it can meet
the requirements must provide written notification to the Contracting Officer by 7/30/2018 at
2:00 pm EST. Information should be sent to
[email protected].
All questions concerning this requirement must be in writing and submitted via email to
[email protected]
Bid Protests Not Available