Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 04, 2024 SAM #8194
SOURCES SOUGHT

65 -- Radiology PPE

Notice Date
5/2/2024 1:35:58 PM
 
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
36C26224Q1113
 
Response Due
4/12/2024 10:00:00 AM
 
Archive Date
05/12/2024
 
Point of Contact
Hestia Sim, Contract Specialist
 
E-Mail Address
Hestia.Sim@va.gov
(Hestia.Sim@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 supplies described below. The Department of Veterans Affairs San Diego Healthcare System Anesthesia Service has a requirement to purchase Radiology Personal Protective Equipment: four different types of lead aprons/vest, Eyewear, and Hanger/Rack. NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined below. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. CLIN Description Quantity UOM 0001 Burlington Medical Product# VESTT1E Tailored: Partial Overlap Vest .35mm XENOLITE 700-E or equal *personal embroidery required*, and in multiple colors 10 EA 0002 Burlington Medical Product# VESTT1E Tailored: Partial Overlap Vest .5mm XENOLITE 700-E or equal *personal embroidery required*, and in multiple colors 1 EA 0003 Burlington Medical Product# KILTT1E Tailored: Wrap Around Kilt .35mm XENOLITE 700-E or equal *personal embroidery required*, and in multiple colors 11 EA 0004 Burlington Medical Product# KILTT1E Tailored: Wrap Around Kilt .5mm XENOLITE 700-E or equal *personal embroidery required*, and in multiple colors 1 EA 0005 Burlington Medical Product# VESTT1E Tailored: Vest with stretch Hook & Loop Closure .35mm XENOLITE 700-E or equal *personal embroidery required* 1 EA 0006 Burlington Medical Product# THYROIDSHIELDME Classic Thyroid Shield, Magnet Closure, Ring to Tether Attachment, .5mm XENOLITE 700-E, Medium or equal *personal embroidery required* 1 EA 0007 Burlington Medical Product# THYROIDSHIELDME Classic Thyroid Shield, Magnet Closure, Ring to Tether Attachment, .5mm XENOLITE 700-E, Small or equal *personal embroidery required* 11 EA 0008 Burlington Medical Product# MR1 Rack Mobile 10 ARM or equal 2 EA 0009 Burlington Medical Product# ES54BLACKNF Radiation Protective Fog Free Eyewear in Model RX-F126 Black Frame, 0.75mm PbEq. or equal 1 EA Salient Characteristics: Customized Lead Aprons Contractors must offer partial overlap vest, warp around kilt, vest with stretch Hook & Loop Closure, and Thyroid Shield with Magnet Closure types. Apron must be industry standards for non-lead equivalent x-ray protection. Apron must cover the front of the body from the throat to within 10cm of the knees, as well as the sides of the body from the shoulder to below the buttocks. Lead aprons must be specifically designed garments from lead or lead composite material. Must be in two thickness: .35mm and .5mm to be exact as this is required for safety specifications. Aprons must have a pocket located in upper left. Contractor must offer customized embroidery for healthcare professionals name and their job titles. The details shall be provided upon award. Depending on the contractor s availability/options, the end users shall choose the fabric types (inner and outer fabric, and binding color), and embroidery thread colors at no additional cost. Apron Hanger/Rack (Quantity: 2 EA) Must be used for lead apron storage purposes. Must have large heavy-duty locking swivel casters allowing rack to be easily moved when needed. Must have a minimum of 10 arms to hang a minimum of 10 aprons. Eyewear (Quantity: 1 EA) Must be radiation protective. Must be fog free. Items being offered must be in compliance with the Buy American Act. If you are interested and are capable of providing the required supplies, 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 and product lead time for your products/solutions for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources 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 (800 employees). Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than 5/10/2024 10:00 AM Pacific Local Time. After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources 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 sources 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 U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/68c83fade8b044878d531d0cb6f8a4a5/view)
 
Place of Performance
Address: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161, USA
Zip Code: 92161
Country: USA
 
Record
SN07052115-F 20240504/240502230054 (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.