SOURCES SOUGHT
71 -- Medical Carts for Prosthetics
- Notice Date
- 3/29/2022 1:36:32 PM
- Notice Type
- Sources Sought
- NAICS
- 337124
— Metal Household Furniture Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26222Q0634
- Response Due
- 4/4/2022 10:00:00 AM
- Point of Contact
- Hestia Sim, Phone: 5627662239
- E-Mail Address
-
hestia.sim@va.gov
(hestia.sim@va.gov)
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY.� It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract.� Responses to this sources sought notice must be in writing.� The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below. VA Tucson Healthcare System located at 3601 S 6th Avenue, Tucson, AZ 85723 is seeking to purchase C-locker storages carts and drawers to work with the TR3 carts for mobile storage. The C-locker storage carts and drawers must have salient characteristics listed below or be equal to the Herman Miller carts (C-lockers model: CO562FF and for drawer model: CO228 and CO209). General Requirements for ALL CARTS All equipment must be new. Anti-microbial finish applied to any finished exposed wood surfaces. Surfaces must be hard, and durable to the heat, scratch, and mar resistant, and cleanable with healthcare cleaners. Meets or exceeds SCS Indoor Air Quality Standards (SCS EC10.2-2007/ANSI/BIFMA M7.1-2001). Contributes to LEED Credits. 12-year warranty unless otherwise noted. Salient Characteristics � to include minimum of the following specifications: Storage carts average size: 22�wide x 19�deep x 66�high, or a range between 22�-24�wide x 16�-24�deep x 60�-65�high. Modular system components shall be universal, and the drawer and accessories are interchangeable. Components to have rounded exposed surfaces, free from sharp edges to prevent injury to patients, visitors, and staff. Modular transport carts shall take into account infection control requirements and be fabricated with no exterior cracks, crevices, joints, corners, or angles that may facilitate bacteria. Carts shall be easily moved by one person even when fully loaded. Pull handles are included with double wide carts. Carts shall be made of uniform density, integral, highly durable, impact-resistant plastics and are resistant to rust. They are able to withstand cart washing requirements including temperatures up to 160 �F degrees and drain easily after being washed. Color is integrated into the plastic, so there is no color chipping, even if surfaces are scratched. Cupboards, overheads, and modular transport carts are lockable and can be keyed alike. Integrated storage module drawers and frame doors shall be available in a minimum of eight colors to allow for coloring coding. Components shall be capable of being assembled by simple hand action without tools, except for those components fastening to architectural elements or modular counter surfaces. These shall be secured with the use of simple hand tools (i.e. Allen wrench, or screwdriver). Storage modules shall have integrally molded drawer/shelf guides at nominal three-inch vertical increments on both sides of the module. Drawer sizes averaging in 6� high and 9� high that are compatible with C-locker storage carts size mentioned above. Approximate size desired for drawer 1 is 25�wide x 15�deep x 6�high, and the drawer 2 is 25�wide x 15�deep x 9�high.� Depending on the manufacture, these sizes may adjust slightly. Drawer extended fully without wobbling or failing, increasing the efficiency of stocking and restocking. Drawers should have an integrally molded drawer glide to function as a handle. Drawers shall have the capability of accept Snap-On label clips for clinical material destination. Drawer glides to have built-in-stops to prevent accidental removal. Tops are sturdy, built as part of the cart- not a slip-on addition. Shall have hooks integrally molded to the back. This will allow suspension from horizontal support elements fastened to walls. Integrally molded hooks provide for smooth surfaces to facilitate washing and to prevent the harboring of accumulated dirt. Shelves shall have a continuous molded lip around perimeter to retain liquid spillage and to prevent dislodgement of materials in transport. Wire shelves that are nylon coated and support a load of 50 lbs. options. Wall rails support 250 lbs. per linear foot. No special wall construction is necessary when mounting products. Standard wood or 20-gauge metal anchored studs are required per on layer of 5/8� drywall. Units to be positioned on architectural walls, panel system or lab modules to permit approximately a 10-inch clearance from bottom of unit to floor for cleaning purposes. Caster on mobiles storage carts to be a minimum 4�, all 4 casters swivel and 2 front locking casters. A minimum of 12 years, 24/7 shift warranty. Options Options for wall mounted units that contain the same modular components A788:B810A783:B810A775:B810B807AA780:B810 If you are interested and are capable of providing the required supplies, please provide the following information. (1)� Company Name, Address, Point of Contact (2)� 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. (3)� Is your company considered small under the NAICS code 337124 Serving carts, metal household-type, manufacturing? (4)� 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 type and number. (5)� If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6)� Please provide general pricing for your products/solutions for market research purposes. (7)� Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement.� This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach.� The Government will in no way be bound to this information if any solicitation is issued.� The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses.� However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined.� No sub-contracting opportunity is anticipated.� The North American Classification System (NAICS) code for this acquisition is 337124 (750 employees). Responses to this notice shall be submitted via email to hestia.sim@va.gov.� Telephone responses will not be accepted.� Responses must be received no later than 4/4/2022 10:00 AM PDT. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites.� Responses to this sources sought announcement will not be considered adequate responses to the solicitation.� All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement.� Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov.� Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e6232713343b4f40862cd3badf0b3554/view)
- Place of Performance
- Address: Tucson, AZ 85723, USA
- Zip Code: 85723
- Country: USA
- Zip Code: 85723
- Record
- SN06283211-F 20220331/220329230107 (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 |