Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
SOLICITATION NOTICE

65 -- 36C25522Q0445 | CHEMO CHAIRS | MARION

Notice Date
7/27/2022 6:37:23 AM
 
Notice Type
Presolicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
 
ZIP Code
66048
 
Solicitation Number
36C25522Q0445
 
Response Due
8/3/2022 1:00:00 PM
 
Archive Date
09/02/2022
 
Point of Contact
Lisa Fischer, Contract Specialist, Phone: 913-946-1993
 
E-Mail Address
lisa.fischer1@va.gov
(lisa.fischer1@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought (SS) notice issued in accordance with FAR 15.201(e) to conduct market research. This SS is issued solely for information and planning purposes - it does not constitute a Request for Quote (RFQ) or a promise to issue a RFQ in the future. This source sought does not commit the Government to contract for any supply or service whatsoever. The Department of Veterans Affairs (VA) is not, at this time, seeking quotes and will not accept unsolicited quotes. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this SS; all costs associated with responding to this SS will be solely at the interested vendor's expense. Not responding to this SS does not preclude participation in any future RFQ, if any is issued. Any information submitted by respondents to this SS is strictly voluntary. All submissions become Government property and will not be returned. This announcement is based upon the best information available and is subject to future modification. I. OVERVIEW: The Department of Veterans Affairs, Network Contracting Office (NCO) 15, has a requirement for 8 Electric Chemo Chairs with accessories and 1 Electric Bariatric Chemo Chair with accessories. The items are needed for the Marion, Il VA Medical Center location for the Chemotherapy Department. It is anticipated that this will be a onetime supply agreement. The successful proposer must be able to: Use a Brand Name or Equal Description of the product required. This permits prospective contractors to offer products other than those specifically referenced by brand name. All offers must work with existing equipment that has already been purchased and is currently in use at the station. Specifications: The Department of Veterans affairs requires New system requirements: Minimum Technical Specifications: REMA Mobile Medical Recliner with options (Quantity of 8) Foley Bag Hook Rotating side tray Q4 central lock and steer caster system Headrest pillow Heat Single transfer arm Trendelenburg Large foot tray Urethane arm caps Upholstery CF Stinson 4 in Natural World 26 Nightshade Grade 11 or equivalent 4 in Avant 158 Sage Grade 6 or equivalent Width 33.5 or equivalent Depth 38 or equivalent Height 47 or equivalent COM 7yds or equivalent Recline D 76 or equivalent Seat W 24 or equivalent Seat D 21 or equivalent Seat H 21.5 or equivalent Weight 650 or equivalent Cap lbs. Back H 26 or equivalent Arm H 28 or equivalent Weight 166 lbs. or equivalent St D kick 40 or equivalent Distance from Wall 20 or equivalent Urethane arm caps Fold down patient transfer arm Infinite position locking back Quick removable back/lift off seat for cleanability Sleep position true flatbed Edge guard Push bar Mid-Ottoman calf support Standard 4 swivel locking casters 3 swivel 1 rigid or equivalent All interior plywood is California Carb Compliant Phase II REMA Bariatric Mobile Medical Recliner with options (Quantity of 1) Foley Bag Hook Rotating side tray Q4 central lock and steer caster system Headrest pillow Heat Single transfer arm Trendelenburg Large foot tray Urethane arm caps Upholstery CF Stinson Natural World 26 Nightshade Grade 11 Width 38.5 or equivalent Depth 38 or equivalent Height 47 or equivalent COM 8yds or equivalent Recline D 73 or equivalent Seat W 29 or equivalent Seat D 21 or equivalent Seat H 21.5 or equivalent Weight 750 or equivalent Cap lbs. Back H 26 or equivalent Arm H 28 or equivalent Weight 162 lbs. or equivalent St D kick 40 or equivalent Distance from Wall 19 or equivalent Urethane arm caps Fold down patient transfer arm Infinite position locking back Quick removable back/lift off seat for cleanability Sleep position true flatbed Edge guard Push bar Mid-Ottoman calf support Standard 4 swivel locking casters 3 swivel 1 rigid or equivalent All interior plywood is California Carb Compliant Phase II Description/Part Number* Qty REMA Mobile Medical Recliner with options R1167-U-H-Q4-FBH-FT-TETSL1- AHP-CF Stinson Avant 158 Sage 4 REMA Mobile Medical Recliner with options R1167-U-H-Q4-FBH-FT-TETSL1- AHP-CF Stinson Natural World 26 Nightshade 4 REMA Bariatric Mobile Medical Recliner with options RB1167-U-H-Q4-FBH-FT-TE3- TSL1-AHP-CF Stinson Natural World 26 Nightshade 1 The vendor as part of the quote will provide the following to ensure the configuration of the systems and will ensure full functionality. Manufacturer warranty Delivery Onsite Training Operation manual The Contractor shall provide all supplies to VA point of contact at Marion VA Medical Center at 2401 West Main Street Marion, IL 62959-1188, and will need to make delivery or notify of delivery with Point of Contact. II. VETERANS FIRST CONTRACTING PROGRAM: The Dept. of Veteran s Affairs is dedicated to the Veterans First Contracting Program and encourages any certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) capable of furnishing the required services to respond. In accordance with Veterans Affair Acquisition Regulation (VAAR) sections 819.7005 and 819 7006, if a sufficient number of eligible SDVOSB or VOSB firms are identified during market research the acquisition will be set-aside for SDVOSB or VOSB participation. III. INFORMATION REQUESTED FROM INDUSTRY: Please submit your response (capability statement) in accordance with the following: No more than 5 pages (excluding transmittal page). Include the name, email address and phone number of the appropriate representative of your company. Address if your firm has the capability to perform repair and maintenance services listed above. Address how long it would take from the date of contract award for you to commence furnishing services. Indicate whether your company, subcontractors, teaming partners, joint ventures have a Federal Socio-Economic status, e.g., Small Business, Service-Disabled Veteran Owned Small Business, Veteran Owned Small Business, Woman-Owned Small Business, Disadvantaged Small Business, and Hub Zone. If Service- Disabled or Veteran Owned Small Business, is your company and/or partners registered in VA s VetBiz repository. Mark your response as Proprietary Information if the information is considered business sensitive. NO MARKETING MATERIALS ARE ALLOWED IN RESPONSE TO THIS SS. The Government will not review any other information or attachments included, that are more than the 5-page limitation. Submit your response via email to Lisa Fischer1@va.gov. Submit your response by 1500 P.M. Central Time on 08/05/2022.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c61ad73c672f4469952d6083449affa7/view)
 
Place of Performance
Address: Marion VA Medical Center 2401 West Main Street Chemotherapy Department, Marion, IL 62959-1188, USA
Zip Code: 62959-1188
Country: USA
 
Record
SN06404233-F 20220729/220727230119 (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.