Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 07, 2024 SAM #8258
SOURCES SOUGHT

65 -- Liko Patient Lifts and Installation Brand Name or Equal to

Notice Date
7/5/2024 9:07:46 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0709
 
Response Due
7/11/2024 10:00:00 AM
 
Archive Date
07/26/2024
 
Point of Contact
Maureen Sundstrom, Contract Specialist
 
E-Mail Address
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 6 of 6 *= Required Field Sources Sought Notice Page 1 of 4 THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Roseburg VA Healthcare System, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339112. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1000 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic of the item and those specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. 8) Please identify the country of origin for all items. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. The VA Roseburg Healthcare System currently has over 100 Liko overhead patient lifts across multiple buildings. Lifts are to be used with exiting slings. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Delivery address: Roseburg VA HealthCare System 913 NW Garden Valley Blvd Roseburg, OR 97470 Items: Brand Name or Equal to Liko: QTY Description Unit Price Ext. Price 4 Liko Wall Mounted Patient Lift, Traverse Rail System (600 pound capacity) Includes: Likoguard T Lift Motor with 600 pound capacity In Rail Charging 4.0m X 3.2m Rails, white Sling Guard Slingbar 450 w/QR Supports 1 Installation per Statement of Work (see Planning and Installation below) Salient Characteristics: Lift Unit a. Must meet all Underwriters Laboratory requirements, life safety codes, national electric codes, fire safety codes, and all other applicable federal, state, and local codes. Appropriate documentation should be provided. b. Must comply with ISO 10535 (Hoists for the transfer of disabled persons Requirements and test methods). c. Must be motorized (optional upgrade). d. Must interface with a hand control for electronic lifting and lowering of patients. f. Must include electronic soft start and soft stop. g. Must have a capacity for lifting 600 pounds, depending on Unit need for standard rooms. h. Must not beep or flash during normal operation to avoid alarming or disturbing staff and patients. i. Must have a continuous charge system that allows for the hoist to charge/recharge anywhere on the rail, so lift is always charged and ready for use. j. Must have an emergency stop pull cord that is easily accessible from standing person s height. k. Must have an emergency patient lowering option to safely lower patients from a standing person s height without the use of separate tools in the event of equipment malfunction. l. Must be capable of picking patients up off the floor- lifting strap length 96 inches or more. m. Must have an integrated patient scale with accuracy that meets or exceeds +/- 0.5% at max load. 1. Integrated scale must have a readout in the hand controller and must not decrease the lifting height of the system. n. Must be upgradable to allow for positioning lock of the hoist. o. Must have capability for displaying data in the hand controller that provides time of lift, amount of weight of lift, duration of lift total lift count, total hours, last/next service plus visual alerts for preventative maintenance inspections. p. Must have a three-year warranty on all parts and labor including batteries. Warranty shall include all travel or shipping associated with any warranty repair. q. Must accept the Nickel Metal Hydride (NIMH) battery r. Must have 15-year average life span s. Must have a wireless interface that is Wi-Fi ready which would allow for connectivity to the VA s Network infrastructure. t. Must be compatible and interchangeable with existing Liko Wall Mounted Patient Lift Traverse Rail System with in-rail charging Network Infrastructure The lift system must have capability to be monitored remotely via web access. Hangar Bars/Accessories a. System must include a hanger bar without easily breakable parts such as rubber flaps. b. Hangar bars must be easily interchangeable without need of tools. c. Hanger bars must be compatible with all loop slings that are already purchased to avoid replacement costs at this time. d. Rails must be 4.0 m X 3.2 m, white Batteries a. The system will utilize Nickel Metal Hydride (NIMH) batteries b. Batteries provided will have a three-year warranty. Warranty shall include all travel or shipping associated with any warranty repair. c. The system will have visual and audio low battery indicator(s). Vendor/Manufacturer a. Must provide proof of ongoing service quality and consistent management, including failure reports and any other applicable documentation, to be presented with the quote. b. Provide 3 years of warranty on tracks, installation, motors, and other parts, including the price of parts, labor, and travel, or 10 year purchased option of warranty which includes manufacturer responsibility of repairs and annual PM s. Training/Service a. Vendor to provide certified in-service training for all shifts of direct patient care staff in units where lifts are installed at no additional cost to the Government (up to 10 sessions). This training must include hands-on lift use and be extensive enough to prepare participants to train others. b. Vendor to provide service maintenance training to Biomedical Engineering personnel. Training to include preventive maintenance, inspections, and repairs. c. Vendor must provide localized service support. Planning and Installation Planning and Installation a. Contractor will provide all qualified personnel, materials, equipment, and services necessary to install new hoist with conversion trolley, and hanger bar, attachment hardware, and all other equipment necessary for safe operation. b. Contractor will install traverse rail and test all lifts to manufacturer specifications and VA checklist requirements. To include all anchor, pull testing for lifts attached to the ceiling infrastructure To include calibration/testing of integrated patient scales Must be weight tested at 1.5 times the 600 pounds hoist maximum lifting capacity. a. Contractor will use calibrated weights for testing of lifts. b. Contractor will provide evidence of testing of all lift systems provided. c. Contractor will be responsible for the removal and disposal of the existing GH2 model hoist and give a credit back to the VA. d. Period of Performance shall be 40 days e. ICRA containment Level III is required If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00am PST on July 11, 2024. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d2b9afab53634e3aa571a31568722314/view)
 
Place of Performance
Address: Department of Veterans Affairs Roseburg VA Healthcare System 913 NW Garden Valley Blvd., Roseburg 97470
Zip Code: 97470
 
Record
SN07118898-F 20240707/240705230105 (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.