SOURCES SOUGHT
65 -- Brand name or equal to SV42-6101-1 Ergotron Notebook Cart This is NOT a request for quote
- Notice Date
- 12/28/2021 7:46:07 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
- 36C24422Q0235
- Response Due
- 1/5/2022 1:00:00 PM
- Archive Date
- 02/04/2022
- Point of Contact
- David Santiago, Contracting Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- SV42 Notebook Cart Statement of Need Background: The Lebanon VA Medical Center (LVAMC) has a requirement for twenty-four (24) Brand name or equal to the Ergotron SV42-6101-1, 120V-60HZ/66AH, US/Canada, to be used in the ASU/OR area. Scope of Work: The notebook carts will be used by both surgeons and nurses in the OR to improve workflow and focus on patient care. Salient Characteristics of the Notebook Cart: LCD Pivot or LCD Arm**, worksurface, CPU lock, secure CPU compartment, four-port USB hub, scanner holder bracket, mouse holder, wrist rest, back-tilt keyboard tray, left/right mouse tray, rear handle, storage basket, cable storage, four casters, eKinnex software. Five-year warranty for cart s mechanical components; three years on electric lift; two years on power module; five years on LiFe battery, including three-year capacity guarantee. **Laptop version does not include LCD Pivot or LCD Arm. Various part numbers reflect pre-configured drawer configurations. Cart may be fitted with up to five rows of standard-height drawers. Vertical adjustment range is affected by the number of drawer rows: 0 2 rows = 20 (51 cm); 3 rows = 16 (41 cm); 4 rows = 12 (30 cm); 5 rows = 8 (20 cm). Cart also can be fitted with up to three rows of tall drawers. 1) Supports displays up to 24 and provides 25º of tilt and 90º rotation LCD Pivot, Arm, Laptop and worksurface adjust 20 (51 cm) in tandem LCD Pivot adjusts 5 (13 cm) independently; maximum LCD height adjustment 25 (63 cm) LCD Arm adjusts 7 (17 cm) independently; maximum LCD height adjustment 27 (68 cm). 2) Scanner holder bracket. 3) Large smooth worksurface; easy-to-clean design promotes infection control. 4) Optional auto-locking drawer system offers simple and efficient medication management at the point-of-care; security system stores variable-length PINs for up to 1,000 users with eKinnex software. 5) Back-tilt keyboard tray, wrist rest and mouse holder; four amber LEDs provide light over keyboard tray. 6) Rear storage basket keeps task-related items close for easy access. 7) T-slot channel interface on the column allows you to integrate drawers and accessories. 8) Four 4 (10,2 cm) lockable casters, one with tracking function. 9) Compact base dimension. Delivery: Delivery shall be within thirty (30) days from the time of award. The Notebook Carts shall be delivered to the Lebanon VAMC located at 1700 S. Lincoln Ave., Lebanon, PA 17042; Attn; Warehouse. Biomedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. Placement in the LVAMC clinic shall be coordinated through the Contracting Officer Representative. Instructions The information identified above is intended to be descriptive, of the brand name ERGOTRON SV42-6101-1, 120V-60HZ/66AH, US/Canada, 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. Please answer 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.)? (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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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 subcontracted work and completion of job. (8) 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. (9) 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? (10) 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. (11) Please submit your capabilities in regard to the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 8. Responses must be received via e-mail to david.santiago2@va.gov no later than, 16:00 PM Eastern Standard Time (EST) on January 5, 2022. This notice will help the VA in determining available potential sources only. Reference 36C24422Q0235 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, David Santiago. 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. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Specialist at david.santiago2@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. 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://sam.gov/opp/4aad76f750894230a6e70a75a3ba7a39/view)
- Place of Performance
- Address: Lebanon VA Medical Center 1700 S. Lincoln Ave., Lebanon 17402, USA
- Zip Code: 17402
- Country: USA
- Zip Code: 17402
- Record
- SN06206117-F 20211230/211228230113 (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 |