Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 22, 2020 SAM #6659
SOURCES SOUGHT

65 -- Cardiac Exam Tables

Notice Date
2/20/2020 4:16:57 PM
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26020Q0184
 
Response Due
2/29/2020 8:59:59 PM
 
Archive Date
03/15/2020
 
Point of Contact
MICHAEL.GAMBY@VA.GOV
 
E-Mail Address
MICHAEL.GAMBY@VA.GOV
(MICHAEL.GAMBY@VA.GOV)
 
Awardee
null
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. The intended contract is a firm-fixed price contract. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: 2000 Series Cardiac Exam Bed- QTY 3 Salient Characteristics Include Power Wedge, Power Drop, Ergo Rails, Central Locking Casters, IV Pole, Ulta Low Column, Removable Arm Board Must measure a minimum of 30 wide by 76 long Must have a minimum of 600 lb load and lift capacity Must have full wheel mobility and central-locking casters that are easily operated Must have side rails that can be lowered under the bed so not to impede sonographers reach Must have medical grade vinyl upholstery that can be disinfected between exams Must have a removable IV pole Must have a power drop section that can be angled at multiple levels, for sonographer arm support, that measures at least 12 by 12 Must have a power wedge section that can be angled at multiple levels, for patient positioning support, that measures at least 12 by 12 Must have power table height adjustment, lowering to at least 19 and raising to at least 36 from baseline Must have power Fowler, Trendelenburg, and reverse Trendelenburg Must have a hand controller for all power positioning functions, including: lift and lowering of table, Fowler positioning, Trendelenburg and reverse Trendelenburg positioning, drop section, wedge section Must be new equipment only and all items must be covered by manufacturers warranty Potential contractors shall provide, at a minimum, the following information to Michael.gamby@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339113 SURGICAL APPLIANCE AND SUPPLIES MANUFACTURING. To be considered a small business your company must have fewer than 1,000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 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 Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers 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) 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 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. Responses are due by 2/29/2020 11:00 am PST, to the Point of Contact. Shipping Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd Portland, OR 97239 Point of Contact: Michael Gamby Contract Specialist Michael.gamby@va.gov 360-816-2774
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8aba60bfa09142fc9d3d6d1d0f28fef2/view)
 
Record
SN05567592-F 20200222/200220230152 (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.