Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2021 SAM #7038
SOURCES SOUGHT

65 -- RFI: TRITON DTS ADVANCED PACKAGE STONE BLUE Closes 3-9-21 @ 3:00 PM EST

Notice Date
3/5/2021 7:59:40 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0382
 
Response Due
3/9/2021 12:00:00 PM
 
Archive Date
03/24/2021
 
Point of Contact
Jason May, Contract Specialist, Phone: 240-215-8812
 
E-Mail Address
Jason.May2@va.gov
(Jason.May2@va.gov)
 
Awardee
null
 
Description
Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential businesses, especially any Small Businesses, Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) offerors capable of providing a DTS Triton Advanced Traction Unit as listed in the below Statement of Need utilizing NAICS Code 339113 (Surgical Appliance and Supplies Manufacturing) Responses to this Sources Sought Notice should demonstrate the firm's ability, capability and responsibility to provide the principal components of supplies listed below. Responses should include the following information: Business name, address, Point of Contact, Service-Disabled Veteran Owned Small Business info and if they are a manufacturer of the items. All information is to be submitted via e-mail at jason.may2@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 3:00 pm (EST) on Wednesday, March 9, 2021. No submissions will be accepted after this date and time. Questions can be submitted electronically to jason.may2@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey either. STATEMENT OF WORK Altoona VA Medical Center Triton Advanced Traction Units GENERAL INFORMATION INTRODUCTION The Altoona VAMC s objective is to procure the delivery and assembly of the Sanders DTS Triton Advanced Traction Unit . BACKGROUND The Altoona VA Medical Center has a growing Physical Therapy demand in patients that would be better served by being able to complete their physical therapy near their local CBOC outpatient clinic. The procurement of this equipment will save patients from extended travel, increase compliance with physical therapy protocals, reduce no-shows and re-scheduled appointments, and increase patient satisfaction. SCOPE OF WORK Provide all necessary labor, materials and expertise in order to delivery and assembly of the Sanders DTS Triton Advanced Traction Unit. The Altoona VA Medical Center is located at 2907 Pleasant Valley Blvd, Altoona, PA 16602. DESRIPTION OF SUPPLY NEED: Traction Unit: 5 pull patterns to include Intermittent, Intermittent w/ Max Gradient, Intermittent w/ Reverse, Progressive Range of Motion, and Cyclic Pull patterns fully programmable The traction should add gradient, progressive range of motion and oscillations Isolation of all phases of pull with independent timing for pretension, progression, traction and regression Variable speed control for patient comfort and increased treatment flexibility Programmable pretension phase Static, intermittent, and cyclic traction options Surface Electromyography (sEMG) initiated traction Patient Interrupt Switch Tiltable Color Clinical Monitor which should include belting techniques, clinical protocols, and pathological library. Spine Therapy Table Salient Characteristics: Provides maximum patient comfort in prone and supine positions for both manual therapy and traction therapy Pelvic Tilt section provides flexion of lumbar spine to improve positioning in traction and address pelvic asymmetry Improved patient stabilization with removable axilla posts that prevent slippage during supine traction Independently adjustable chest and arm sections Inclines the pelvis from 0° to 20° (can flatten back w/o having to increase traction robe angle Positionable Headpiece tilts 35° Lockable smooth-gliding casters Grab bar that are capable of retracting out of the way Removable axilla posts that can be used with thoracid belt for securing patient Gas Springs Adjustable table height from at least 20 to 40 Vinyl mat surface, with 4 lockable wheels to allow for stabilization and locking in place as well as relocation of table for treatment or relocation in department. Table dimensions: 80 L x 28 W x 40 H Standard Accessories: TRT600 �? Triton DTS Spine Therapy Table 2841 - Triton DTS Traction Unit 7040 - Saunders Cervical Traction Device 48039 �? Traction Clevis Package 2825 - QuikWrapª Belt System 42901 - Traction Bolster Set 9296 - Stabilizer Pressure Biofeedback WORK REQUIREMENTS The Contractor shall provide all necessary labor, materials and expertise in order to delivery and set-up of the Sanders DTS Triton Advanced Traction Unit. The Contractor shall be responsible for removing all packaging debris during and at the completion of assembly. GENERAL REQUIREMENTS The contractor shall conduct the following tasks: Deliver, unpack, and remove the packing and shipping debris. Assemble the Sanders DTS Triton Advanced Traction Unit and ensure all accessories are present. Any receivables must be submitted for receipt through the Altoona VA Medical Center s Warehouse located at 2907 Pleasant Valley Blvd, Altoona, PA 16602 , Monday Friday, 6:30 AM 3:00 PM, excluding holidays. SUPPORTING INFORMATION Place of Performance Altoona VA Medical Center, 2907 Pleasant Valley Drive, Altoona, PA 16602 Period of Performance Period covers assembly and verification/testing of operations to ensure the software operates as marketed. The information identified above is 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 1000 employees). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/639d9fc0b376404bb0fd5fb4cf372d9b/view)
 
Place of Performance
Address: Altoona VA Medical Center 2907 Pleasant Valley Drive, Altoona 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN05935145-F 20210307/210305230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.