SOLICITATION NOTICE
65 -- Brand Name or Equal to - MidMark Corp. - 647-002 - Barrier Free Power Podiatry Procedure Chairs Total Small Business set-aside on the Open Market.
- Notice Date
- 2/2/2024 10:01:06 AM
- Notice Type
- Presolicitation
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0342
- Response Due
- 2/14/2024 1:00:00 PM
- Archive Date
- 04/14/2024
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 brand name or equal to 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. Brand Name or Equal (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation. (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number. (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. The Contractor must comply and provide all necessary information to VA. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cfb1cc58498e4af5952ad7c0d623a99f/view)
- Place of Performance
- Address: VA Pittsburgh Healthcare System (VAPHS) Attn: Warehouse University Drive C,, Pittsburgh, 15240, USA
- Zip Code: 15240
- Country: USA
- Zip Code: 15240
- Record
- SN06953907-F 20240204/240202230044 (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 |