SOURCES SOUGHT
65 -- 605-21-1-077-0014-NX-STRETCHER-CHAIR, Surgical-Audiology (VA-21-00018153)
- Notice Date
- 12/1/2020 11:26:32 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26221Q0164
- Response Due
- 12/7/2020 1:00:00 PM
- Archive Date
- 01/06/2021
- Point of Contact
- Mayra Barbosa, Contract Specialist, Phone: 858-552-8585
- E-Mail Address
-
Mayra.Barbosa@va.gov
(Mayra.Barbosa@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) 36C26221Q0164 -IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a source sought/RFI for market research only. The purpose of this source sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard is 750 Employees). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide TransMotion Stretcher-Chair by Winco or Equal to that at a minimum meets the following salient characteristics in the Statement of Work for the VA San Diego Healthcare System: Item # Description/Part Number Qty Unit Unit Price Amount 0001 Winco Surgical Stretcher-Chair, Model # TMM5PLUS-WB 3 EA 0002 TMM5W CUSHION SET (GREEN FUSION) PART# TMA73-15-GREENFUSI 3 EA TOTAL Include shipping cost on the items price. Vendor Requirements: Period of Performance is 5 Weeks After Receipt of Order. Vendor shall quote all items under this requirement. Vendor shall meet the Salient Characteristics for these products. Vendor must be the OEM, authorized distributor, or authorized reseller. Partnership letters will not be accepted. Vendor shall respond questions 1 through 8 of the Request of Information (RFI), see below. STATEMENT OF WORK FOR VA LOMA LINDA HEALTHCARE SYSTEM - AUDIOLOGY Objective: VA Loma Linda Healthcare system will purchase 3 stretcher chairs through TransMotion by Winco to conduct videonystagmography evaluations for patients at the main Loma Linda campus as well as the Murrieta and Palm Desert community based out-patient clinics (CBOCs). The stretcher chairs will be used to position and move patients during videonystagmography testing in the Audiology department. Period of Performance: 5 weeks After Receipt of Order (ARO). Location: 3 chairs total, 1 in each of the following locations. LOCATION ADDRESS VA Loma Linda Audiology, building 30 11201 South Benton St Loma Linda, CA 92357 VA Murrieta CBOC Audiology, 1st floor 28078 Baxter Rd Murrieta, CA 92563 VA Palm Desert CBOC Audiology 41-990 Cook St, Bldg F, Ste 1004 Palm Desert, CA 92211 Product Description: TransMotion TMM5+ Surgical Stretcher Chair or equal to which allows safe movement and manipulation of patients during videonystagmography testing. Quantity ITEM DESCRITPTION MODEL # UNIT QUANTITY 0001 Surgical Stretcher-Chair TMM5PLUS-WB EA 3 0002 TMM5W CUSHION SET (GREEN FUSION) PART# TMA73-15-GREENFUSI TMM5W EA 3 Salient Characteristics All salient characteristic requirements stated below must be met to accommodate the needs of this equipment for safe patient handling in clinic: Up to a 500 lb weight capacity as this is the expected upper limit necessary to safely accommodate patients. At least 28 inch seat width due to patient comfort as testing is completed in this chair for 45-90 minutes. Ability to lay patient supine and in seated position with adjustable powered backrest and powered footrest with seat elevation in order to complete positional/positioning vestibular testing in various patient positions without straining of patient or provider for movement. Chair should be able to adjust to fully flat for supine testing and return to patient to sitting/reclined position to accommodate testing. Articulating headrest to safely and comfortably allow patient to be positioned for Dix-Hallpike testing of benign paroxysmal positional vertigo. Minimum of 1 on-board rechargeable battery to allow powered chair functions to be completed whether chair is plugged in or not and to allow chair to be able to move freely in exam room for repositioning as needed. Central locking brake for wheels. Central lock for ease of use by provider while working from either side of chair and brakes in order to keep patient safe while doing testing. Padded swing and tuck side-rails: Padded as patient will spend approximately 45-90 in various positions on this chair for safety and comfort. Fold-down as certain positional vestibular tests require provider to manipulate patient while patient is in supine position. Require cushions of the chair and the chair itself to made of or covered by material that is able to be cleaned with germicidal wipes for proper infection control. Installation Stretcher chairs to be delivered to their respective location and installed in the appropriate room where videonystagmography testing is to be completed. Vendor is to contact VA POC to schedule the deliveries. Inspection The VA POC or designee shall ensure all delivery of supplies and installation is completed with final inspection by POC or designee. Warranty Manufacturer s standard warranty for 7 years on frame/welds and 2 years on components. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicates the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hub zone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Mayra.Barbosa@va.gov. Telephone responses shall not be accepted. Responses must be received no later than 7 December 2020 at 1:00 PM PT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. Please reference 36C26221Q0164, TransMotion Stretcher-Chair by Winco.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/80f9b752e64a4116a69093cf71c6090b/view)
- Place of Performance
- Address: VA LOMA LINDA HEALTHCARE SYSTEM 11201 Benton Street Warehouse Building 1C05, Loma Linda 92357, USA
- Zip Code: 92357
- Country: USA
- Zip Code: 92357
- Record
- SN05864058-F 20201203/201201230142 (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 |