Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
DOCUMENT

42 -- Powered Air Purifying Respirators - Attachment

Notice Date
5/8/2017
 
Notice Type
Attachment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 21;VA Southern Nevada Healthcare System;6900 N. Pecos Road, Building 6;North Las Vegas NV 89086
 
ZIP Code
89086
 
Solicitation Number
VA26117Q0557
 
Response Due
5/10/2017
 
Archive Date
7/9/2017
 
Point of Contact
Susanne Christen, Susanne.Christen@va.gov
 
E-Mail Address
susanne.christen@va.gov
(susanne.christen@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY, AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only, and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers, and cannot be accepted by the U.S. Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339999 (size standard of 500 employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 21 Network Contracting Office, is seeking sources that can provide a powered air purifying respirator (PAPR) kit that includes a PAPR, head cover, belt, breathing tube, charger, filter, and storage bag; air respirator (SAR) hoods, and head covers. All components and accessories must be compatible. The PAPR must, at a minimum, meet the following salient characteristics: Must be hospital grade, Must be capable of providing protection against airborne biological agents with a filtration efficiency of 100 percent, Must be designed so that all components can be disinfected after each use for infection control purposes, The belt and blower unit must have a smooth outer surface to facilitate fast wipe down for easy cleaning and reuse, Filter must be enclosed in the blower unit (not outside), Must have an internal self-check bar feature on the smart lithium battery, Must have a filter cover with window in order to perform visual check for high-efficiency particulate air (HEPA) filter, Must have at two safety alarms (e.g. audible and visual with alarming red icon), Must be coded dark blue on all points of engagement, Motor blower must have an ergonomically curved design for proper fit around waist that distributes weight evenly, On/off button must not stick out and must be held down briefly to operate to decrease the chances of accidental powering off or on, Must weigh no more than 2.4 pounds (lbs.), The headgear must, at a minimum, meet the following salient characteristics: Must contain an internal adjustable suspension system, Must have a wide facial visual area, and Must be a medium/large size. The information identified above is intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Responses to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or authorized distributor/reseller of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? If you re a small business, and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA or the NAC, or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. If you are an FSS, GSA/NAC, or NASA SEWP contract holder, or other federal contract holder, are the referenced items/solutions available on your schedule/contract? Please provide general pricing for your products/solutions for market research purposes, and state whether the pricing is from an FSS, GSA/NAC, or NASA SEWP schedule/contract or is open market pricing. Please submit your capabilities in regards to the salient characteristics provided for the item(s) to establish capabilities for planning purposes. Submissions shall show clear, compelling, and convincing evidence that all item(s) meet all required salient characteristics. Responses to this notice shall be submitted via email to Susanne.Christen@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, May 10, 2017 at 4 p.m. Pacific Standard Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this RFI. Responses to this notice are not a request to be added to a prospective bidders list, or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/VA26117Q0557/listing.html)
 
Document(s)
Attachment
 
File Name: VA261-17-Q-0557 VA261-17-Q-0557.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3480584&FileName=VA261-17-Q-0557-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3480584&FileName=VA261-17-Q-0557-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: VA Southern Nevada Healthcare System;6900 North Pecos Road;North Las Vegas, NV
Zip Code: 89086
 
Record
SN04499095-W 20170510/170508234113-26155de7a04bddf00d188f8618fa541a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.