SOURCES SOUGHT
65 -- Equipment Patient Sit to Stand Lift and Slings
- Notice Date
- 8/31/2022 9:35:52 AM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26022Q0849
- Response Due
- 9/7/2022 5:00:00 AM
- Archive Date
- 10/07/2022
- Point of Contact
- Phillip Folger, Contract Specialist, Phone: 360-816-2790
- E-Mail Address
-
Phillip.folger@va.gov
(Phillip.folger@va.gov)
- Awardee
- null
- Description
- THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of qualified sources to perform the potential requirement. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Statement of Work. The responses received from interested contractors will assist the Government in determining set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, VA Southern Oregon Re habilitation Center & Clinics VA Health Care System is conducting market research to identify potential contractor sources which can provide Brand Name or Equal for the following ARJO, INC: Unique Entity ID: W8MZPY6A2QD3 Product # Product description Qty HEP1001-US SARA Plus w/Scale 4 KKA5130M-L Transfer/Walking Sling L 1 KKA5130M-M Transfer/Walking Sling M 1 KKA5130M-S Transfer/Walking Sling S 1 KKA5130M-XL Transfer/Walking Sling XL 1 KKA6000-L-L1 WIPEABLE C-HOOK SLING L 4 KKA6000-M-L1 WIPEABLE C-HOOK SLING M 4 KKA6000-S-L1 WIPEABLE C-HOOK SLING S 4 KKA6000-XL-L1 WIPEABLE C-HOOK SLING XL 4 Salient Characteristics Powered Sit to Stand Aid HEP1001-US - SARA Plus w/Scale: Must have Powered leg open/close feature to avoid injury to caregiver not having to manually kick out Powered up and down stand feature for safer and easier stand/sit assist without having patient leaning backward. Padded arm rest with grips/handles allowing support for upright positioning to strengthen core muscles during standing exercises. Padded adjustable knee pad for extra support for patient to stand. Must have scale feature for those patients that cannot stand without assistance to a basic floor scale. Low friction castors with rear locking provide complete stability when the aid is stationary Removable footrest so lift can also be used for gait/leg strength training for increased early mobility therefore decreasing hospital inpatient stay days. Safe Working Load minimum of 420 pounds to support therapy for patients of size. Must include wall mount battery charger and extra battery so lift is always available for use Must have wipeable lift sling with gait-belt feature for secure fit and always have lift available for use and not waiting on return of laundered slings. Potential contractors shall provide, at a minimum, the following information to Phillip.folger@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS/UID. 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 750 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) If not a manufacturer, only authorized representatives/providers/distributors 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 9/7/2022 17:00 PM PST, to the Point of Contact. Shipping Address: VA Southern Oregon Re habilitation Center & Clinics 8495 Crater Lake Hwy White City, OR 97503-3011 Point of Contact: Phillip Folger Phillip.folger@va.gov Contract Specialist 360-816-2790
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/73ac13af37234be886e7d674ba62c37e/view)
- Place of Performance
- Address: VA Southern Oregon Re habilitation Center & Clinic 8495 Crater Lake Hwy, White City, OR 97503-3011, USA
- Zip Code: 97503-3011
- Country: USA
- Zip Code: 97503-3011
- Record
- SN06449330-F 20220902/220831230141 (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 |