SOURCES SOUGHT
65 -- Request for Information (RFI) for Labor and Delivery Beds
- Notice Date
- 10/17/2018
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Center San Diego, Bldg 1, 34800 Bob Wilson Drive, San Diego, California, 92134-5000, United States
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025919Q0004
- Point of Contact
- Aric Henschen, Phone: 6195329835
- E-Mail Address
-
aric.v.henschen.civ@mail.mil
(aric.v.henschen.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) Supplies/Services Labor and Delivery Beds at Naval Medical Center San Diego (NMCSD) DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal (RFP), a Request for Quotation (RFQ), or an indication the Government will contract for the items contained in this announcement. This RFI is a request for interested parties to describe their product, technical capabilities, and delivery as well as demonstrated tools and processes. All information received in response to this RFI marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned and Respondents will not be notified of the result of the review. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. PURPOSE The purpose of this RFI is to conduct market research to determine if responsible sources exist and to assist NMCSD in determining if a future contract effort can be competitively awarded and/or awarded on a total Small Business Set-Aside basis. The applicable North American Industrial Classification System (NAICS) code assigned to this effort is 339113 (Surgical and Medical Instrument Manufacturing) with the Small Business Size Standard of 750 employees. If the Government decides to award a contract for this or related effort, a solicitation will be published and posted on the Federal Business Opportunities website. The Government will use this information solely to determine the appropriate acquisition strategy for this procurement. The Government is interested in all small business concerns. INTRODUCTION The NMCSD Material Management Department is tasked with conducting market research for Patient Labor and Delivery Beds, to be used in the hospital's Mother Child Infant Nursing Department, Labor & Delivery 3 West. Using Government provided space, potential vendors determined to be technically capable may be invited to provide product demonstrations including question and answer sessions with hospital staff members. BACKGROUND Respondents should identify their product capabilities that would help fulfill the current specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted as a solicitation for competitive bids. The description below outlines the minimum requirements for Patient Labor and Delivery Beds at NMCSD. REQUIREMENTS NOTE: This RFI is only soliciting information on patient labor and delivery beds that are able to meet the requirements below. The Government requests patient labor and delivery beds with the following minimum specifications: 1. Compatible electrical settings with NMCSD outlets 2. Siderails which can be adjusted from both the outside and the inside 3. Siderails with buttons that can be controlled from the outside by caregivers or from inside by the patient 4. Accessible brakes that can be set easily 5. Detachable or movable bottom part to make space for providers during delivery 6. Can accommodate patients in different positions: a. Lithotomy with AND without stirrups b. Side lying c. All fours position d. Semi-recumbent e. Upright f. Throne/Sitting position g. Tripod position with the Labor Bar 7. Adjustable height a. Minimum height of at least 23 inches b. Maximum height of at least 40 inches c. Can accommodate a person's height of at least 80 inches d. Can hold a total weight of at least 400 pounds 8. Easy maneuverability and stirring 9. Can accommodate the nurse call system 10. Has mattresses with wipeable surface for disinfection based on NMCSD Standards 11. Has a storage area for size D oxygen tank DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying products are invited to submit a Capability Statement and contact information. The Capability Statement should discuss the product's capabilities as they relate to the potential requirements. Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. All questions regarding this RFI shall be submitted ONLY by email to the Contract Specialist at aric.v.henschen.civ@mail.mil All Questions must be submitted via email prior to close of business 24 Oct, 2018. Answers will be posted as a separate attachment on 31 Oct, 2018. HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's product and its characteristics in relation to the above-indicated requirements and additional preference characteristics; 2) A statement indicating an interest and the capability to provide the requested equipment in response to this RFI including acceptance of trade-in equipment; 3) Brochures, technical layout and specifications, user guides, product compatibility, test results, agency approvals and certifications as it relates to the equipment requested in this RFI; 4) Company representative availability for product demonstration and question and answer session in relation to this RFI; and 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, socio-economic class(es), technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 5:00PM (PST) 07 Nov, 2018. No mailing responses will be accepted. Finally, please indicate if the Vendor is a small business under the subject NAICS. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Aric Von Henschen aric.v.henschen.civ@mail.mil ________________________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025919Q0004/listing.html)
- Place of Performance
- Address: 34800 Bob Wilson Drive, San Diego, California, 92134, United States
- Zip Code: 92134
- Zip Code: 92134
- Record
- SN05127082-W 20181019/181017230447-ae94239f0e390c7d2bfed5663f95ef8f (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 |