Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2022 SAM #7540
SOURCES SOUGHT

66 -- STRYKER Stretchers (Brand Name Only) for Wilkes Barre VAMC Model No#: 1125E – 30 Inch Prime Series Litter ""Electric.""

Notice Date
7/21/2022 12:32:46 PM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q0983
 
Response Due
7/29/2022 9:01:00 AM
 
Archive Date
08/08/2022
 
Point of Contact
Tyler Karns, Contract Specialist, Phone: 412-822-3754
 
E-Mail Address
Tyler.Karns@va.gov
(Tyler.Karns@va.gov)
 
Awardee
null
 
Description
DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing, Brand Name required supplies for Qty. (47), STRYKER Stretchers, Model No#: 1125E 30 Inch Prime Series Litter Stretchers. Scope of Work: The contractor must provide all resources necessary to accomplish the deliverables described in this Statement of Need. The contractor must provide delivery of forty- seven (47) Stryker Stretchers model 1125E within 30-60 days from the contract award date in coordination with the Contracting Officer Representative (COR) to the Wilkes-Barre VA Medical Center Warehouse located at 1111 East End Boulevard, Wilkes-Barre PA 18711. Detailed Description of Requirements supplied: Specific Item required: Forty-seven (47) Stryker Prime with Zoom - Electric Stretcher, Model No. 1125000000E. Salient Characteristics: 1. Chaperone Stretcher Exit alarm with Integrated scale system 2. 700 lbs. Weight capacity 3. Zoom motorized drive system 4. Dual End Siderail Release 5. Foot End Nursing Controls 6. Two (2) Stage Permanent Fold IV Pole- Head left 7. Integrated Pump Rack 8. Isolex SE Fire Barrier, 30 in 9. Bed alarms exit at foot of bed 10. 2 side rails with release manual 11. Electric patient controls for patients to raise and lower head and feet 12. Drive mode on handles 13. Release button under bed to change to manual mode 14. Retractable electric cord to plug into the wall 15. Foot pedals to raise/lower/tilt the bed 16. Ability to attach bed to call system bed alarm 17. Steer mode foot pedal/Bed Lock Pedal 18. Handle for nurses to manually raise and lower head of bed. 19. We would need (4 )color options: a. 16 Dark Lilac b. 13 Powder Blue c. 10 cool Grey d. 8 Navy II. The contractor must provide user and technical manuals for all of the forty-seven (47) Stryker Prime with Zoom Electric Stretchers, Model No. 1125000000E. III. Warranty: All equipment and materials shall come with a standard two-year warranty. Warranty shall begin after delivery of equipment. Delivery: The contractor must deliver forty-seven (47) Stryker Stretchers within 30-60 days from the contract award date in coordination with the Warehouse Supervisor: Name will be issued at time of Award. Wilkes-Barre VA Medical Center Warehouse located at 1111 East End Boulevard, Wilkes- Barre PA, 18711 Attn: Warehouse. I. Delivery to the facility shall be coordinated at least 72 hours prior to required delivery date with the Warehouse Supervisor. The Warehouse Supervisor has no authority to change the terms and conditions of the awarded contract. a. Warehouse Supervisor: Name will be issued at time of Award. II. Contracting Officer Representative (COR): The Contracting Officer Representative shall be the technical point of contact for all work-related requirements. The COR does not have authorization to change, alter, or remove any requirements stated in the performance work statement. The Contracting Officer is the only government authorized person to change the performance work statement or any resultant contract. III. Work Hours: Standard Operational Hours are 08:00 AM 4:00 PM, Monday thru Friday, excluding Federal Gov t Holidays. Performance Monitoring: All units purchased will be subject to an incoming inspection by the delegated COR and requesting service department. Any defective equipment or damaged items will be returned by the supplier for immediate exchange. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, SAM uei Unique Entity Identifier, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 750 employees) and Socioeconomic Status Class. Please answer the following questions: (1) Please indicate 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), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please list if this pricing proposed is on your GSA Schedule or will it be Open Market? (10) Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM Unique Entity Identifier number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. Telephone responses will not be accepted. Responses must be received via e-mail to Tyler.Karns@va.gov no later than, 12 NOON Eastern Standard Time (EST) on July 29th, 2022. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, Tyler Karns. All firms/vendors responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on Contract Opportunities, also known as Sam.Gov., website for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to the Contract Specialist, Tyler Karns, at: Tyler.Karns@va.gov. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81a4d39cce5b46d8970ec9e98d237256/view)
 
Place of Performance
Address: Wilkes Barre VA Medical Center 1111 East End Boulevard, Wilkes Barre 18711, USA
Zip Code: 18711
Country: USA
 
Record
SN06398340-F 20220723/220721230126 (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.