DOCUMENT
65 -- Patient Care Unit BRAND NAME OR EQUAL TO: WHITEHALL PATIENT CARE UNIT (4048-L/R-ONFF-SO-SS) - Attachment
- Notice Date
- 3/21/2017
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 6;100 Emancipation Drive;Hampton VA 23667
- ZIP Code
- 23667
- Solicitation Number
- VA24617N0658
- Response Due
- 3/23/2017
- Archive Date
- 6/21/2017
- Point of Contact
- JAMIE SULLIVAN
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT NOTICE ONLY This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. The Government will not pay for any information solicited. The VHA Network Contracting Office 6 (NCO 6) is conducting a market survey to find qualified vendors who can provide the following item(s) for the Salisbury Department of Veterans Affairs Medical Center (VAMC): BRAND NAME OR EQUAL TO: WHITEHALL PATIENT CARE UNIT 58 7/8 WIDE PRODUCT #: 4048-L/R-1-ONFF-SO-SS Salient Characteristics Functions to be performed; Provide bariatric bedside patient care unit for a bariatric ICU room to be installed by others. Quantity two (2). Basis of design is the Whitehall Manufacturing Patient Care Unit 4048 Performance required Cabinet must have a heavy duty stainless steel modular frame and include stainless steel bottom kick plates. Cabinet doors are to provide access to the bedpan washer, dialysis box and separate panel for plumbing access. Cabinet shall include a pivoting, padded toilet cover and back rest that doubles as a bedside seat. Seat color selection shall be determined by factory. Toilet shall be stainless steel, jet type with white plastic seat and self-sustaining check hinge. Toilet Orientation shall be one (1) each of left hand and right hand. Toilet shall be on floor mounted with floor waste outlet. Hydraulic flush valve shall be furnished standard with a 1-3/4 diameter, hydraulically actuated, remote pushbutton. Minimum required flow pressure shall be 25 PSI with a water consumption of 1.6 GPF. Bedpan shall be concealed within the cabinet and include a handheld bedpan washer with volume control, positive shut-off and stainless steel hose. Concealed bedpan washer cabinet shall include a hand-held bedpan washer with positive shut-off and stainless steel hose. Provide a metal template for ease of installation. Faucet shall be a sensor operated valve Basin shall be solid surface, integral to the countertop Cabinet shall be high pressure laminate, color wilsonart fusion maple 7909-60 Patient Care Unit shall have a bedpan washer drain Essential physical characteristics Patient care module shall fit within a 60 width The counter shall have a 3 backsplash, matching corterra solid surface countertop with integral backsplash and basin. Color to be Parchment 3040-805-003. Backsplash / cabinet orientation must be one back wall only. All interested parties should respond, in writing via email to jamie.sullivan4@va.gov. No telephone inquiries will be accepted. In response, please include the following: Company/individual name Address Point of contact with phone number Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Indicate FSS/GSA contract number (if applicable) Tax ID number DUNS number NAICS code (if different than below) Capabilities statement If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov). The NAICS 339113 is applicable to this acquisition; with a size standard of 750 employees. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, vendors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award. Your response is required by 16:00 (4PM) EST on March 23, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HaVAMC/VAMCCO80220/VA24617N0658/listing.html)
- Document(s)
- Attachment
- File Name: VA246-17-N-0658 VA246-17-N-0658.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3352731&FileName=VA246-17-N-0658-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3352731&FileName=VA246-17-N-0658-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA246-17-N-0658 VA246-17-N-0658.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3352731&FileName=VA246-17-N-0658-000.docx)
- Place of Performance
- Address: SALISBURY VAMC;1601 BRENNER AVE;SALISBURY, NC 28144
- Zip Code: 28144
- Zip Code: 28144
- Record
- SN04442718-W 20170323/170321235212-abc4a49d70a573d1ff2445f56ed11c4d (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |