Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 19, 2023 SAM #8027
SOURCES SOUGHT

65 -- 614-24-1-560-0028 - Medical Beds

Notice Date
11/17/2023 9:50:57 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24924Q0075
 
Response Due
11/27/2023 8:00:00 AM
 
Archive Date
01/26/2024
 
Point of Contact
James Ferro, Contract Specialist, Phone: 615-225-5498
 
E-Mail Address
james.ferro@va.gov
(james.ferro@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 3 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 SUBJECT* 614-24-1-560-0028 - Medical Beds GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 37129 SOLICITATION NUMBER* 36C24924Q0075 RESPONSE DATE/TIME/ZONE 11-27-2023 10:00 CENTRAL TIME, CHICAGO, USA ARCHIVE 60 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE PRODUCT SERVICE CODE* 6515 NAICS CODE* 339112 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 9 (90C) NCO 9 1639 Medical Center Parkway, Suite 204 Murfreesboro TN 37129 POINT OF CONTACT* Contract Specialist James Ferro james.ferro@va.gov 615-225-5498 PLACE OF PERFORMANCE ADDRESS Memphis VA Medical Center 1030 Jefferson Ave Memphis TN POSTAL CODE 38104 COUNTRY USA ADDITIONAL INFORMATION AGENCY CONTACT S EMAIL ADDRESS james.ferro@va.gov DESCRIPTION Sources Sought Notice Page 5 of 5 **This is not a request for proposals, bids, or quotes. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. ** This is a Sources Sought notice to obtain information regarding the availability and capability of all qualified sources to fulfill a potential requirement for Echo Bed X-Cardiac Imaging Table. The NAICS code is 339112, Surgical and Medical Instrument Manufacturing, with a size standard of 1000 employees. This requirement is Brand Name or Equal. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. VA is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient Veteran Owned and Small Business response is received to establish the basis for setting this action aside for Other Than Large Business participation then the action will be advertised as Full and Open Competition, in which case, all interested parties responding shall be eligible to bid. LIST OF EQUIPMENT: ITEM NO DESCRIPTION QTY 233 Echo Bed X Cardiac Imaging Table 2 1000 EBX Echo Bed X SPB Base-Power Functionality 2 16152 Fold-Away Safety Handrails 2 SALIENT CHARACTERISTICS: 19 -38 height range meets the Americans with Disabilities Act (ADA) low height requirement of 17 -19 for patient transfer, while ensuring ergonomic standing posture for staff. Optional battery operation Dual rapid release drop sections provide unhindered access to the patient. 65° Fowler positioning increases comfort of/for patients with shortness of breath. +/- 15° Trendelenburg helps restore patient s blood pressure. Fold-away Handrails Hand Controller w/memory positioning RESPONSE CONSIDERATIONS: All information submitted is subject to verification. Additional information may be requested to substantiate responses. If interested, please respond via email to the following: Identify the socioeconomic status of your business (For additional information on small business concerns visit www.sba.gov). SDVOSB/VOSB must be listed as verified in VIP database at: https://www.vip.vetbiz.gov. Identify the Manufacturer product you distribute Include a manufacturer brochure Does the manufacturer consider trade-in equipment? Include an authorized distributor or reseller letter Identify whether you: (1) touch the product before delivering to the end-user? Or, (2) do you just forward the order to the manufacturer and they direct-ship to the end-user? Identify whether this requirement can be completed entirely under a GSA FSS delivery/task order, NASA-SEWP, other contract vehicle, or Open Market. Provide current and active FSS or NASA-SEWP, or other contract number. Each response shall be reviewed by the Contracting Officer/Specialist for determining whether there exists reasonable expectation of obtaining enough offers from responsible small businesses that are competitive in terms of product offering, market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award and must submit a current authorized distributor letter from the manufacturer. If no responses are received from potentially responsible sources, Memphis VAMC and its supporting contracting office NCO-9 - under FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis or sole source basis. All Service-Disabled Veteran Owned and Veteran Owned Small Businesses must submit a self-certifying statement that their company meets all criteria established IAW 13 CFR 121.406(b)(1)(i) through (b)(1)(iii) thus demonstrating compliance with the Non-Manufacturer Rule. Interested parties are encouraged to furnish information by email only with RESPONSE TO SOURCES SOUGHT 36C24924Q0075-Echo Bed X in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to James Ferro, Contract Specialist, by email at james.ferro@va.gov NO LATER THAN November 27th, 2023 @ 10:00AM CST. Contracting Officer is Phon Phasavath, phon.phasavath@va.gov. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/809b3f1db3014428a1403b88d8131fbf/view)
 
Place of Performance
Address: Memphis VA Medical Center 1030 Jefferson Ave, Memphis, TN 38104, USA
Zip Code: 38104
Country: USA
 
Record
SN06889283-F 20231119/231117230054 (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.