Oklahoma Bids > Bid Detail

GE Bilisoft 2.0 large bili blankets at CIH

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159131795158378
Posted Date: Nov 30, 2022
Due Date: Dec 5, 2022
Solicitation No: IHS1464062
Source: https://sam.gov/opp/01c2e4ef9b...
Follow
GE Bilisoft 2.0 large bili blankets at CIH
Active
Contract Opportunity
Notice ID
IHS1464062
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 30, 2022 04:23 pm EST
  • Original Date Offers Due: Dec 05, 2022 09:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 20, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Claremore , OK 74017
    USA
Description

Specifications



Bili Blankets






  1. PURPOSE OF THE PROJECT





The Claremore Indian Hospital (CIH), Indian Health Services (IHS) has a need for new bili blankets. Claremore Indian Hospital's OB department bili blankets are reaching EOL. These blankets are necessary for fetal patients to treat jaundice (hyperbilirubinemia). This is a very pointed treatment necessary for rapid treatment of this illness.hese will be utilized in the OB department to monitor at bedside. They will be replacing existing end-of-life models.






  1. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS





The contractor shall supply three (3) bili blankets like or equal to the GE Bilisoft 2.0 large pad with the following features:




  • Flame retardant, skin friendly material

  • No distance factor

  • Long flexible cable

  • Bed or roll stand mountable

  • Compatible with light meter

  • Per AAP Guidelines, must meet the following:

    • Irradiance level at least 30 μW•cm-2•nm

    • Wavelength between 430-490 nm

    • Larger surface area, especially for combating extremely high bilirubin levels

    • Distance between the infant and the light source is critical to spectral irradiance level



  • 50,000 LED light life

  • Quiet operation





The contractor shall supply one (1) box of twenty (20) bili blanket disposal pad covers like or equal to the GE Bilisoft 2.0 large disposable pad cover with the following features:




  • Flame retardant, skin friendly material





The contractor shall supply one (1) light meter like or equal to the GE Giraffe light meter with the following features:




  • Battery operated

  • Monitors irradiance before and during therapy

  • Ensures the spectrum is per AAP guidelines

  • Small size and easily transportable






  1. PERIOD OF PERFORMANCE





90 days from date of award










  1. LEVEL OF EFFORT








    1. The contractor shall provide new equipment.

      1. This should include all accessories to operate the equipment and features as listed to include, but not limited to:

        1. Cables

        2. Adapters

        3. Batteries





    2. The contractor shall delivery to Claremore Indian Hospital at 101 S Moore, Claremore, OK 74017 with all installation instructions, warranty documents, and specifications.

    3. Training: Contractor shall provide an online resource for training and initial use.










  1. SPECIAL REQUIREMENTS








    1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV DHHS/SE Region – Human Resources, Security Clearance Guidance – Visitors (3/29/12) policy for contract performance period. Contractor employees will be required to obtain a visitor’s pass upon arrival for services from Facilities Management.- (Security Clearance for on-site human services)










    1. The US PHS Claremore Indian Hospital is a tobacco/smoke free environment (buildings and grounds). No tobacco/smoking use will be tolerated during service.










    1. Security Requirements: Contractor personnel will be required to contact the government designated point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be responsible for the security of all organizational information. Current rules and regulations applicable to the premises, where the work shall be performed shall apply to the contractor and its employees while working on the premises. These regulations include but are not limited to, escort by Claremore Indian Hospital official, presenting valid identification, smoking restriction and any safety procedures.










    1. The contractor shall not disclose or cause to disseminate any information concerning operations of Claremore Indian Hospital. Such action(s) could result in violation of the contract and possible legal actions.












      1. All inquiries, comments, or complaints arising from any matter observed, experienced or learned of as a result of or in connection with the performance of the contract, the resolution of which may require the dissemination of official information, shall be directed to the government’s designated representative.












    1. Termination Amortization Schedule: A termination amortization schedule shall be included as an attachment of the awarded contract. If the Government does not exercise any of the options listed in the price / cost schedule, the Government’s not exercising the options will have the same effect as if the Government terminated for convenience. All remedies afforded to contractor in regards to a termination for convenience shall be available to the contractor.










  1. DELIVERABLES AND REPORTING REQUIREMENTS








    1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated government employee. The government will provide the contractor with dock access and building access for this sole purpose. The designated government employee will work with the pertinent government agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a valid ID.










    1. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the government’s designated representative for coordination of supplies, delivery, and/or maintenance. The POC will be empowered to make daily decisions to ensure that the contract implementation and day-to-day maintenance meets the terms and conditions of this contract.










    1. Contractor’s Phone Numbers: The contractor shall provide a toll-free telephone number for service calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm, Monday through Friday.








  1. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES








    1. The Government shall make no supply of property, facilities, and services.








  1. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES








    1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel, materials, supplies and equipment required to perform work under the contract, to include but not limited to: equipment and shipping.








  1. CHANGES TO THE SPECIFICATIONS



Any changes to these specifications shall be authorized and approved only through written correspondence from the Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting Officer shall be borne by the contractor.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 30, 2022 04:23 pm ESTCombined Synopsis/Solicitation (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 >