Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2023 SAM #7905
SOURCES SOUGHT

65 -- Exam Tables for the VA Long Beach Healthcare System

Notice Date
7/18/2023 10:02:48 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1308
 
Response Due
7/25/2023 10:00:00 AM
 
Archive Date
09/23/2023
 
Point of Contact
Isaac Shimizu, Contract Specialist, Phone: isaac.shimizu@va.gov
 
E-Mail Address
isaac.shimizu@va.gov
(isaac.shimizu@va.gov)
 
Awardee
null
 
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 services described below. The Veteran s Integrated Service Network 22 is seeking a contractor to provide the VA Long Beach Healthcare System with thirteen (13) 626 Midmark Barrier - Free Chairs and thirteen (13) Upholstery Top 626 28 Premium Undecide color. This procurement is to procure the materials/hardware purchase and installation is required. Required items is the Midmark 626 Barrier Free Examination Chairs and Upholstery Top 626 28 Premium Undecide color or equivalent possessing the salient characteristics listed below. 1. Salient Characteristics Model Number 626-005: 626 Midmark Barrier and Model Number 002-2000- XXX - Free Chairs and Upholstery Top 626 28 Premium Undecide color or equivalent. Must have these Specification: Power height, power backrest 18"" low height, 37"" high height 650 lb. lifting capacity Hand and foot control standard Patient Transfer Position (PTP): must have low Flat-back position at 18 for true safe patient handling and wheelchair transfer: 59 long x28 wide transfer area Chair position or flat table position at any height 76"" long patient surface with slide-out footrest extended Front storage drawer with flip-down front panel and dividers for access/storage of speculums, gloves, instruments and supplies. Paper roll storage (up to 4 rolls) Multi-position hideaway stirrups Pelvic tilt and drawer heater Treatment pan Smooth-start electromechanical actuator motors One-touch Auto-return home button Programmable one-touch quick exam button UL-listed, duplex, hospital-grade electrical receptacles Elastomeric seat cutout for patient comfort Seamless upholstery for cleaning/infection control Removable upholstery top system for cleaning and easy replacement (no tools needed) Steel-on-steel construction on all weight-bearing points for durability, including steel-reinforced seat and back section Seamless/sealed foot control for cleaning/infection control Quantity: 13 each - 626 Midmark Barrier - Free Chairs Upholstery Top 626 28 Premium Undecide color Color: Undecide Color: Current Standard Color Quantity: 13 Delivery Delivery shall be freight on board (FOB) Destination and within 30 days of award The vendor must coordinate with the VA Point of Contact to schedule the delivery. The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Pacific Standard Time), Monday through Friday, and excluding Federal Holidays. Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials. (Not applicable if being delivered to the offsite warehouse). The vendor must clearly tag and label the items with the contract number and Purchase Order (PO) number. The units shall come with a minimum 10-year manufacturer s warranty covering labor and parts of manufacturing defects. Warehouse If the vendor requires the use of the Government s activation contractor s warehouse to meet the requirements of this contract the vendor must provide a certificate of insurance prior to the delivery and offloading of the item(s). This insurance certificate must be completed and presented to the activation contractor prior to delivery. The vendor shall communicate through the VA POC any required coordination requirements. Use of Premises During the performance of this contract, work will be carried out on VALB premises. The vendor will perform all work in such a manner that will cause a minimum interference with VALB operations and the operations of other contractors on the premises. The vendor will communicate through the VA POC any required coordination requirements with the GC prior to and during delivery and installation activities. The project may be an active construction site during delivery. The vendor will take all necessary precautions to protect the premises and all persons and property therein from damage injury. The vendor will assume responsibility for taking precautions for the vendor s (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g., hard hats, safety vests). All items to be delivered after receipt of purchase order but not earlier than 07/31/2023. If you are interested and are capable of providing the required product(s) 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 339113, Surgical Appliance and Supplies 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) If your offer is for an equivalent product, please provide manufacturer, model number and information regarding how their product meets the salient characteristics. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this source 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 339113, 750 Employees. Responses to this notice shall be submitted via email to isaac.shimizu@va.gov. Telephone responses will not be accepted. Responses must be received no later than 07/25/2023 10:00 AM PDT. After review of the responses to this source sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this source 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 source 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/7c291d2175c7478f881a5ed687434546/view)
 
Place of Performance
Address: VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822
Zip Code: 90822
 
Record
SN06754172-F 20230720/230718230054 (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.