Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2024 SAM #8234
SOURCES SOUGHT

65 -- Inpatient Sit to Stand Lift

Notice Date
6/11/2024 5:37:37 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624Q1017
 
Response Due
6/13/2024 2:00:00 PM
 
Archive Date
07/13/2024
 
Point of Contact
Carmyn E Williams, Contracting Specialist, Phone: 713-799-0795
 
E-Mail Address
Carmyn.Williams@va.gov
(Carmyn.Williams@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
8 Sources Sought Notice (SSN) Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 16 (NCO 16) This SSN is for market research and planning purposes only, and shall not be considered an Invitation for Bid (IFB), Request for Task Execution Plan, Request for Quotation (RFQ), or a Request for Proposal (RFP). Additionally, there is no obligation on the part of the Government to acquire any products or services described in this SSN. Your response to this SSN will be treated only as information for the Government to consider. You will not be entitled to payment for direct or indirect costs that you incur in responding to this SSN. This request does not constitute a solicitation for proposals or the authority to enter into negotiations to award a contract. No funds have been authorized, appropriated or received for this effort. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this SSN. The North American Industry Classification System (NAICS) for this requirement is 339112 with a minimum business size of 1,000 employees and Product Service Code (PSC) of 6515. Functional/Performance Statement of Work: Salient characteristics: Patient lift must come with a second battery and a wall charger. Patient lift must come with a wipeable harness/sling in medium, large, and extra-large. Patient lift must come with wipeable seat straps. Lift must have telescoping arms to accommodate larger and taller patients. Lift must have walking handles. Lift must come with a scale that can weigh up to the full amount. Lift must be warranted for at least 3 years for component and 10 years for frame. Lift must have an adjustable flex shin pad. Lift must have an adjustable footplate that can be removed for ambulation. Lift must provide emergency stop and manual emergency lowering. Lift must have an automatic shut-off of non-use after 20 minutes. Patient lift must have a usage time captured ability. Patient lift must have the ability to widen legs with 3 optional positions. Patient lift covers for hand grips must be non-porous and non-latex. Lift must have overload protection Lift must be all steel frame construction Patient lift must hold at least 500 pounds and be intended to assist a weight bearing patient from a bed, commode, wheelchair, or any chair or exam table and back. o Lift must fit through a 26 door at its narrowest setting. Patient lift must hold at least 800 pounds and be intended to assist a weight bearing patient from a bed, commode, wheelchair, or any chair or exam table and back. o Lift must fit through a 36 door at its narrowest setting. o Lift must come with a bariatric platform 36.5 x 19 to accommodate a wider stance. NARA Records Management Language Clause: 1. Contractor shall comply with all applicable records management laws and regulations, as well as National Archives and Records Administration (NARA) records policies, including but not limited to the Federal Records Act (44 U.S.C. chs. 21, 29, 31, 33), NARA regulations at 36 CFR Chapter XII Subchapter B, and those policies associated with the safeguarding of records covered by the Privacy Act of 1974 (5 U.S.C. 552a). These policies include the preservation of all records, regardless of form or characteristics, mode of transmission, or state of completion. 2. In accordance with 36 CFR 1222.32, all data created for Government use and delivered to, or falling under the legal control of, the Government are Federal records subject to the provisions of 44 U.S.C. chapters 21, 29, 31, and 33, the Freedom of Information Act (FOIA) (5 U.S.C. 552), as amended, and the Privacy Act of 1974 (5 U.S.C. 552a), as amended and must be managed and scheduled for disposition only as permitted by statute or regulation. 3. In accordance with 36 CFR 1222.32, Contractor shall maintain all records created for Government use or created in the course of performing the contract and/or delivered to, or under the legal control of the Government and must be managed in accordance with Federal law. Electronic records and associated metadata must be accompanied by sufficient technical documentation to permit understanding and use of the records and data. 4. [FACILITY] and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Records may not be removed from the legal custody of [FACILITY] or destroyed except for in accordance with the provisions of the agency records schedules and with the written concurrence of the Head of the Contracting Activity. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. In the event of any unlawful or accidental removal, defacing, alteration, or destruction of records, Contractor must report to [FACILITY]. The agency must report promptly to NARA in accordance with 36 CFR 1230. 5. The Contractor shall immediately notify the appropriate Contracting Officer upon discovery of any inadvertent or unauthorized disclosures of information, data, documentary materials, records or equipment. Disclosure of non-public information is limited to authorized personnel with a need-to-know as described in the [contract vehicle]. The Contractor shall ensure that the appropriate personnel, administrative, technical, and physical safeguards are established to ensure the security and confidentiality of this information, data, documentary material, records and/or equipment is properly protected. The Contractor shall not remove material from Government facilities or systems, or facilities or systems operated or maintained on the Government s behalf, without the express written permission of the Head of the Contracting Activity. When information, data, documentary material, records and/or equipment is no longer required, it shall be returned to [FACILITY] control or the Contractor must hold it until otherwise directed. Items returned to the Government shall be hand carried, mailed, emailed, or securely electronically transmitted to the Contracting Officer or address prescribed in the [contract vehicle]. Destruction of records is EXPRESSLY PROHIBITED unless in accordance with Paragraph (4). 6. The Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, contracts. The Contractor (and any sub-contractor) is required to abide by Government and [FACILITY] guidance for protecting sensitive, proprietary information, classified, and controlled unclassified information. 7. The Contractor shall only use Government IT equipment for purposes specifically tied to or authorized by the contract and in accordance with [FACILITY] policy. 8. The Contractor shall not create or maintain any records containing any non-public [FACILITY] information that are not specifically tied to or authorized by the contract. 9. The Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected from public disclosure by an exemption to the Freedom of Information Act. 10. The [FACILITY] owns the rights to all data and records produced as part of this contract. All deliverables under the contract are the property of the U.S. Government for which [FACILITY] shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Any Contractor rights in the data or deliverables must be identified as required by FAR 52.227-11 through FAR 52.227-20. 11. Training. All Contractor employees assigned to this contract who create, work with, or otherwise handle records are required to take VHA-provided records management training, Talent Management System (TMS) Item #3873736, Records Management for Records Officers and Liaisons. The Contractor is responsible for confirming training has been completed according to agency policies, including initial training and any annual or refresher train The following information is requested in a response to this SSN: General Company Information: Name of Company: Address: Point of Contact: Phone Number: Email Address: Company Website (if available): SAM Unique Entity Identifier Number: Commercial & Government Entity (CAGE) Number: Business Type (Socio-economic status as it relates to 339112). Please ensure the System for Award Management (SAM sam.gov) indicates this NAICS code if you are interested in the requirement. Please put a check mark or X next to the type of business you are below: Large 8(a) HubZone Small Business Small Disadvantaged Business Woman Owned Small Business Service-Disabled Veteran Owned Small Business Veteran Owned Small Business ***Note: All Veteran Owned Businesses must be registered in SBA Veteran Small Business Certification (VetCert) at Veteran Small Business Certification (sba.gov) to be considered a Veteran Owned Business. Socioeconomic status (whether Service Disable Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VSOB), Hubzone, 8(a), Woman Owned, Small Disadvantaged, etc.). If stating SDVOSB or VOSB status, your company must be verified with the seal/icon or show pending verification in VetBiz Registry (https://www.vip.vetbiz.gov//) to be considered as a SDVOSB or VOSB source. If small, does your firm qualify as a small, emerging business, or small disadvantaged business? For all small businesses, to include SDVOSB and VOSB at least fifty (50) percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act. *** Is this product available under a federal supply schedule (GSA)? If yes, please provide the contract number. How long has your company provided these products and/or services? Does your company directly provide this product? Provide information for any current or past VA contracts for these products and/or services. Proposed NAICS code (if different from above) Proposed PSC code (if different from above). All responses to this Sources Sought Notice should be emailed to mailto:carmyn.williams@va.gov. All responses are due by 4:00pm on Thursday, June 13, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/eb43fd2951984e23abec4ff54af712d0/view)
 
Place of Performance
Address: Central Arkansas Veterans Healthcare Sys (CAVHS) 2200 Ft Roots Drive, North Little Rock 72114, USA
Zip Code: 72114
Country: USA
 
Record
SN07093938-F 20240613/240611230132 (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.