Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOURCES SOUGHT

65 -- DENTAL PROCEDURE CHAIR

Notice Date
7/21/2023 3:06:31 PM
 
Notice Type
Sources Sought
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1497
 
Response Due
7/28/2023 1:00:00 PM
 
Archive Date
09/26/2023
 
Point of Contact
Carabon, Kal, Contract Specialist
 
E-Mail Address
kahlfanie.carabon@va.gov
(kahlfanie.carabon@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. IAW 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI only. The purpose of this RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339114 (size standard of 750 employees). Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI, a solicitation announcement may be published. Responses to this RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a Dental Procedure Chair that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Long Beach Healthcare System: To allow staff to have ample workspace the dimensions of the chair shall not exceed 72 x 30 inches when fully extended. The weight capacity of the chair shall not be less than 400 lbs. The chair must have a vertical lift base that allows for a minimum of 16 degrees of travel. When fully lowered the height of the chair must be 18 22 inches. When fully raised the height of the chair must be 34 42 inches. The chair must have a minimum of 20 degrees of left to right rotation. The chair must be able to lay flat. The chair must have a tilt function that allows it to move from 0 90 degrees. The chair s leg rest must be adjustable from 0 90 degrees. The normal position of the leg rest must be 90 degrees. The chair must have independent controls for the back and leg rest. The chair must have an adjustable armrest to allow patients to be unobstructed when move to and from a seated position. All surfaces of the chair must be cleanable without requiring use of specialty equipment or supplies. The chair must have foot and hand controls that allow the user to adjust the chair s height, back tilt and raising and lowering of leg rest. The chair must have pinch lock prevention to injury to patient and staff in the event body parts enter a pinch point while the chair is in motion. The chair s power cord must be at least 3-feet to allow it to be plugged in without the need for an extension cord The chair must be able to be secured to the floor of the room it is being used in. The chair must be secured to the floor at the time of delivery. Training on the use of the chair must be provided at time of delivery. Warranty on parts should be greater than 12-months/1-year. Brand name Info: Midmark 641-005 Procedure Chair Programmable w/rotation, w/o top Midmark 002-0966-00-843 Standard Upholstery Top, Oasis The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies 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. If you are interested and are capable of providing the sought-out supplies, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to kahlfanie.carabon@gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 28th, 2023 at 1:00 P.M. Pacific Time. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cad1313f95c143e0842e9296d0d5734f/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Long Beach Healthcare System Warehouse Bldg 149 5901 East 7th Street, Long Beach 90815, USA
Zip Code: 90815
Country: USA
 
Record
SN06759533-F 20230723/230721230050 (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.