Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2025 SAM #8634
SOURCES SOUGHT

65 -- STX Power Wheelchair

Notice Date
7/15/2025 12:25:38 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) San Antonio TX 78240 USA
 
ZIP Code
78240
 
Solicitation Number
36C25725Q0757
 
Response Due
7/22/2025 1:00:00 AM
 
Archive Date
08/06/2025
 
Point of Contact
Francisco J Mendoza, Contract Specialist, Phone: (713) 791-1414
 
E-Mail Address
Francisco.Mendoza@va.gov
(Francisco.Mendoza@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 4 of 4 Sources Sought Notice 4 1. This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the acquisition of Patient Medical wheelchairs. 2. Background and Requirement: The Polytrauma inpatient unit specializes with patient with brain injury and polytraumatic injuries. This often means patients may be working on improving their cognitive, or thinking, abilities as well as their physical abilities. Patients may be appropriate for power mobility from 1) a purely physical standpoint of being non-weightbearing to multiple extremities and thus not able to use a manual wheelchair or 2) they may have physical and cognitive reasons that they cannot use a manual wheelchair and a power wheelchair is more appropriate. From a purely physical standpoint, the patient may need to use a power wheelchair for a limited time until their weight bearing improves and thus the patient does not need a personal power chair ordered. Having a power wheelchair available on the unit allows the patient to use it and be more independent until their mobility status changes and they do not need one anymore. Alternatively, if it is decided that a patient does need their own power wheelchair for improved mobility, it takes a period of time to order, manufacture, and deliver it to the veteran. During that time, having a power wheelchair on the unit similar to what they will receive, is good training for them and/or their family to be as independent with their mobility as they can be. Lastly, sometimes with deficits with cognition, a power wheelchair may need to be trialed for a period to see if the patient is able to use the controls in a safe, consistent manner. Having a power wheelchair on the until would allow for this trial period before an individual patient chair is ordered helping control potential waste if the chair is ordered too early and the patient cannot effectively or safely use it. Procurement Requirements: The power wheelchairs should have a high degree of adjustability and customizability to be able to adapt to the diverse patient population that are admitted to the inpatient polytrauma unit. This capability means having interchangeable parts that allow the wheelchair to best fit the needs of each patient. Some of the parts should include, but are not limited to; Armrests, Hip Supports, Knee supports, Platforms for feet, Footplates, Headrests and Chair cushions. Remote control joysticks are an important quality in the customizability of these wheelchairs, as there are some patients that will require them to be able to control the unit. As some patients may not be able to use one side of their body, these joysticks are required to have the ability to be mounted on either side of the equipment. In conjunction with the joysticks, touch screens should be integrated with this accessory. This further expands options for control for our patients who may prefer one over the other, or a combination of both in tandem. The wheelchairs should have incline capabilities to relieve pressure on different parts of the body for the patients. This feature also allows clinicians better options and access to the patient for treatment while they are here during their inpatient stays. A tight turning radius should also be a feature of these wheelchairs. As patients will be learning how to use this equipment on the unit, it s a good teaching tool for the clinicians to guide the patients, and also circumvents issues with navigating the halls and gyms of the polytrauma building where people are walking and other patients may be engaging in other therapies. Wheelchairs should have some capability of going over low curbs/obstacles, while maintaining balance for the patient. Equipment Listing. The following equipment shall be delivered and installed as agreed upon within this statement of work: Item# Description Qty 1 Adjustable Power Wheelchairs 2 2 Interchangeable Parts Bundle for Wheelchair 2 Salient characteristics and Scope of Work: a. Common Nomenclature (commercial description): Power Wheelchairs b. Kind of material (i.e., type, grade, alternatives, etc.): Durable steel and high-strength aluminum alloy c. Electrical Data (i.e., 110 v, 60 Hz, 3 Ph, etc.): 12v battery d. Dimensions, size, capacity: 35.6 L, 25.5 W, 330-450 lbs, weight capacity 450 lbs e. Principles of operation: Operated with independent drive motors for each wheel, controlled via a joystick. Uses an advanced suspension and mid-wheel drive system to ensure stability and maneuverability. Electronic controls to manage speed, direction and other functions f. Restrictive environmental conditions: N/A g. Intended use: Two power chairs with multiple changeable parts as listed below to be able to adapt for any patient needs: seat to floor heights: 17.25 , up to user weight of 300lbs, LED touch screen remote at least 3.5 wired for L or R drive, Right and L swing away joystick mounts, joystick handle, tilt and recline system with ESR, power adjustable seat with tilt, seat belt, cushion, quick release back,, flip back arms, R and L tube and flat arm rests, cup holder, knee/hip support pads, calf pads, R and L individual foot plates. h. Equipment with which the item is used with (N/A if not applicable): wheelchair cushions i. End item application: use in a clinical setting j. Original equipment manufacturer part number: Proposed by the Offeror k. Other pertinent information that describes the item, material or service required: Adaptability and interchangeable parts should be at the forefront when considering the equipment for this request, as the inpatients that will be using it vary wildly in terms of their injuries and what s needed for their comfort and ease of use. For the CDP equipment (line items 1 & 2), line items will be bundled together to amount to two separate complete packages. One of each package will be delivered and installed to the following locations in the main hospital. Physical Medicine & Rehabilitation (PM&R) Department Audie L. Murphy VA Medical Center, Room 255, Bldg 6 7400 Merton Minter Blvd San Antonio, TX, 78229 Contractor shall contact the COR to agree upon an installation date and time that will best avoid disruptions to patient care within each department. The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Place of Manufacture, the VA is looking for US Made items (2) Business Name and Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. 5. Send responses to this notice are requested by 3:00 PM Central Time on Tuesday, 22 July 2025. Send responses to Frank Mendoza at Francisco.mendoza@va.gov. DISCLAIMER: This notice complies with the requirements of FAR 5.201 and is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/078cd29922f145eea9f3ddeeacb8b306/view)
 
Record
SN07510705-F 20250717/250715230053 (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.