DOCUMENT
65 -- 580-19-1-069-0003 New Contract Spinal Cord Injury Care Line Specialty Bed Rentals 36C256-18-AP-2077 Base with 4 Opt. years - Attachment
- Notice Date
- 8/8/2018
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Solicitation Number
- 36C25618U0199
- Response Due
- 8/15/2018
- Archive Date
- 8/25/2018
- Point of Contact
- Oney Kelly
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF VETERANS AFFAIRS NETWORK CONTRACTING OFFICE (NCO) 16 MICHAEL E. DEBAKEY VA MEDICAL CENTER (VAMC), HOUSTON, TEXAS REQUEST FOR INFORMATION 36C256-18-AP-2077 BACKGROUND: The Houston VAMC has a requirement for the following Specialty Air Beds: The standard size specialty air beds specifications and salient features as follows: -Sleep surface technology (mattress overlays) - low air loss therapy - alternating pressure therapy - pulsating therapy - individual air cells/cushion therapy - pressure redistribution air surface - pressure redistribution non-air powered surface - lateral rotational low air loss therapy with turn angles and turn time options - continuous lateral rotation therapy (CLRT) -Sleep surfaces regulating temperature, moisture, friction, and shear -Microclimate management -Sleep surface dimensions - 36 width - maximum length of 86 -88 -Expandable width and length frame and surface -Weight capacity minimum 350 lbs. to maximum 500 lbs. -Scale system -Bed exit alarm system -Backup battery power -Panel lockout -Nurse call -Bed angles at head and foot -Patient controls -120V AC power requirement -Safety feature in the event of a power failure to protect patient from lying on frame -Head and Trendelenburg angle indicators -Patient pendant The Bariatric size specialty air beds specifications and salient features: -Sleep surface technology (mattress overlays) - low air loss therapy - alternating pressure therapy - pulsating therapy - individual air cells/cushion therapy - pressure redistribution air surface - pressure redistribution non-air powered surface - lateral rotational low air loss therapy with turn angles and turn time options - continuous lateral rotation therapy (CLRT) -Sleep surfaces regulating temperature, moisture, friction, and shear -Microclimate management -Sleep surface dimensions - minimum width of 42 and maximum width of 48 -50 - maximum length of 86 -88 -Expandable width and length frame and surface -Weight capacity 1000 lbs. -Scale system -Bed exit alarm system -Backup battery power -Panel lockout -Nurse call -Bed angles at head and foot -Patient controls -120V AC power requirement -Safety feature in the event of a power failure to protect patient from lying on frame -Head and Trendelenburg angle indicators -Patient pendant -Power assist transport REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post in the near future. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name products listed in the background section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please respond to this RFI if you can provide supplies that can be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of similar items, please respond to this RFI. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Oney.kelly@va.gov. Please respond to this RFI no later than August 15, 2018. DISCLAIMER: This RFI 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 RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/36C25618U0199/listing.html)
- Document(s)
- Attachment
- File Name: 36C25618U0199 36C25618U0199.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4531699&FileName=36C25618U0199-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4531699&FileName=36C25618U0199-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25618U0199 36C25618U0199.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4531699&FileName=36C25618U0199-000.docx)
- Place of Performance
- Address: 2002 Holcombe Blvd;Houston TX
- Zip Code: 77030
- Zip Code: 77030
- Record
- SN05027586-W 20180810/180808231519-69b09badd08c8373c9265324205e51de (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |