Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 18, 2024 SAM #8087
SOURCES SOUGHT

65 -- Brand Name or Equal to - Midmark Corporation - Barrier Free Power Podiatry Procedures Chair | Sources Sought Notice | NOT a request for quotes.

Notice Date
1/16/2024 9:19:59 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24424Q0289
 
Response Due
1/23/2024 1:00:00 PM
 
Archive Date
03/23/2024
 
Point of Contact
David Santiago, Contract Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
VA Pittsburgh Healthcare System (VAPHS) STATEMENT OF NEED AND GENERAL SPECIFICATIONS FOR Midmark Barrier-Free Power Podiatry Procedures Chair Background The VA Pittsburgh Healthcare System (VAPHS) has a new Brand Name or Equal to requirement for five (5) Midmark Barrier-Free Power Podiatry Procedures Chair, Model Number 647-002, within our podiatry clinic. This specialized chair is intended to enhance patient comfort, practitioner ergonomics, and overall efficiency during podiatry procedures. Our current units in use are past their life expectancy and in dire need of replacement. One of the units on the floor has already been deemed unfit for duty. The Midmark 647 series is the next step in foot, ankle, and diabetic wound care with an exclusive, ergonomic foot section design to put control right where it s needed the foot section. Integrated touch controls on both sides of the foot section are not only convenient but also help reduce costly breakage of hand controls. The Midmark Barrier-Free Power Podiatry Procedures Chair is purpose-built to meet the specific requirements of podiatric practices. Its features, including adjustable height, easy patient ingress and egress, and customizable positioning, cater to the precise needs of podiatrists, ensuring optimal patient care and practitioner comfort. Selecting the Midmark 647-002 ensures seamless integration into our podiatry clinic's workflow. The chair's user-friendly design and programmable positions enhance efficiency during procedures, contributing to a smooth and streamlined patient care process. The barrier-free design of the Midmark chair prioritizes patient comfort and accessibility. The ability to lower the chair to a comfortable height facilitates easy patient entry, particularly for elderly or mobility-challenged individuals. This feature aligns with our commitment to providing inclusive and patient-centric care. The Midmark Barrier-Free Power Podiatry Procedures Chair were selected based on reputation of durability, and the adjustability of the chair to allow ease of access for veterans with physical disabilities. These are also the same chairs used in our Monroeville Podiatry clinic. Requirements: Patient Weight Capacity: 450 lb (204 kg) Base Height: Minimum 21"" (53.3 cm) / Maximum 40"" (101.6 cm) Foot Section Height: With foot section retracted 15.5"" to 54"" (39.4 cm to 137.2 cm) With foot section fully extended 14"" to 57"" (35.6 cm to 144.8 cm) Foot Section: 26"" W x 6"" H (66 cm x 15.2 cm) Foot Extension: 9"" (22.9 cm) Debris Tray: 15.1"" W x 10.6"" H x 1.5"" D (38.4 cm x 26.9 cm x 3.8 cm) Back Support Angle Range: 0° to 80° Seat Tilt Angle Range: 0° to 30° Seat Width with Chair Arms Installed: 37.5"" (95.3 cm) Foot Control: 14.5"" W x 6"" H (36.8 cm x 15.2 cm) Electrical Outlet Rating:1 115 VAC, 3 A Description/Part Number* Qty 647 Premium 28in Uph, Standard Upholstery/Part# 002-1119-858 (Color: Restful Path) 5 Barrier Free Power Podiatry Procedures Chair W/Programmability Part# 647-002 5 Delivery Location Delivery should be coordinated with the COR of the contract prior to shipping of any equipment. UD Delivery Aloysius Simons Business Resources Specialist, FAC-COR I VA Pittsburgh Healthcare System University Drive C, Room 2A118 Pittsburgh PA 15240 412-360-6587 aloysius.simons@va.gov The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. PERIOD OF SERVICE: Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: No special security requirements are anticipated. Tuberculosis Prevention Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking All VA Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation. Instructions to Vendors The information identified above is intended to be descriptive of the Brand Name or Equal to requirement for Midmark Barrier-Free Power Podiatry Procedures Chair, Model Number 647-002, to indicate the quality of the supplies/services 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) 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 number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than, 4 PM Eastern Standard Time (EST) on Tuesday January 23, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0289 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0d759184052b42be91a77290f242e559/view)
 
Place of Performance
Address: VA Pittsburgh Healthcare System University Drive C 4100 Allequippa St,, Pittsburgh, 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN06936475-F 20240118/240116230046 (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.