Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 26, 2019 FBO #6454
SOURCES SOUGHT

65 -- Dental Surgical Chair

Notice Date
7/24/2019
 
Notice Type
Synopsis
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
36C26019Q0633
 
Response Due
7/29/2019
 
Archive Date
8/28/2019
 
Point of Contact
gregoory.watson2@va.gov
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 3 Special Notice Request for Information Only The Department of Veterans Affairs, NCO20 is looking for sources of the following. STATEMENT OF WORK/SALIENT CHARACTERISTICS Department of Veterans Affairs Portland VA Medical Center Overview: Portland VAMC requires Prospective contractors to provide the following 3 each Dental Surgical Chair. Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to BOYD Industries, Inc. CLIN Item Number Description QTY 1 100-2695 S2615, Tri Function Foot Control, Flat Plate; Putty, 115V 3 2 69 Uph Pkg: Chair, S2615 Thin Back, Ultraleather, Memory Foam 3 3 95-0532 Swivel All Chairs Except CB Models; Putty 3 4 67-1562UL LL-62 Lever Pillow Prosthetic, Ultraleather, Standard Foam; Putty 3 5 95-2628 Comp Arm/Frame Assy: Vert Mount, Putty 3 6 68-6272UL IV-219 Multi Position IV Arm Board Compensating, Ultraleather, Std Foam, Putty 3 7 68-6224UL Arm: PA220 Patient Arm, Compensating, Ultraleather, Standard 3 Objective: Our objective is to provide Portland VAMC with necessary equipment to provide the best care for our veterans. Salient Characteristics The Government requires the following characteristics to be met: Dental Surgical Chair Salient Characteristics Surgical chair must meet the following requirements; Durable all steel frame Three (3) operator designated programmable positions Automatic "Return to Home" Snap-on/Snap-off upholstery for easy cleaning Tri function foot control Emergency power lock out switch On Track" Surgical Accessory Rail System Cantilevered lift base with 14" stroke Power tilt for trendelenburg positioning Articulating headrest Weight Capacity (lbs) 500 Minimum Seat Height (At highest point on seat frame) 20" Maximum Seat Height (At highest point on seat frame) 34" Base Plate Width 22.5" Seat Width 22.75" Length 75.5" Power Requirements (Amps) 10 Arm Boards - Compensating Compatible Seat Swivel (85 Degrees of Travel) GREY MARKET REQUIREMENTS (a) Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. (c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. This is not a request for competitive quotes; however, any firm that believes it can meet these requirements vendor may give written notification to the Contracting Officer within 6 days from the date of the publication of this synopsis. Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Only authorized representatives of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Responses are due by 07/05/2019 5:00 pm PST. In accordance with FAR and VAAR Part 8 and/or 13, this notice document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, 19 Jan 2017. The North America Industry Classification System Code (NAICS) is 334510. Business Size Standard is 1250 Employees. Contracting Office Address: Department of Veterans Affairs NCO 20 Acquisitions 5115 NE 82nd Ave Suite 203 Vancouver, WA 98662 Contracting POC Gregory Watson 360-553-7602 gregory.watson2@va.gov 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. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (24-JUL-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/36C26019Q0633/listing.html)
 
Place of Performance
Address: Portland VA Medical Center;3710 SW US Veterans Hospital Rd.;Portland, OR
Zip Code: 97239
Country: USA
 
Record
SN05379867-F 20190726/190724230026 (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.