SOURCES SOUGHT
65 -- Brand Name or Equal to Design Specific - Compact Dental Wheelchair Recliner Lift for Bariatric wheelchair bound patients. This is NOT a request for Quotes.
- Notice Date
- 1/20/2023 7:34:31 AM
- 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
- 36C24423Q0366
- Response Due
- 1/27/2023 1:00:00 PM
- Archive Date
- 03/28/2023
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- VA Pittsburgh Healthcare System (VAPHS) STATEMENT OF NEED Compact Reclining Dental Wheelchair Lift Background The HJH Dental Campus is in need of a Brand Name or Equal to Design Specific - Compact Reclining Dental Wheelchair Lift (As Pictured Below), to provide Bariatric wheelchair bound Veterans the dental care they need. Earlier in the year Bio-Med deemed the current lift to be a hazard and decommissioned it out of service and removed it from service/premise. Most Veterans that our Dental Clinic services are aging, and some require to be constantly wheelchair bound making the transferring from wheelchair to dental chair a hazard/danger to all involved. To overcome this problem the Compact Reclining Dental Wheelchair Lift was introduced to treat Bariatric wheelchair bound patients. The Compact Reclining Dental Wheelchair Lift lets the patient stay seated. It reclines the wheelchair and the patient eliminating getting injured from a transfer. There are hand-held controls that allow the patient to adjust the angle of the Recliner during treatment. The range of angles that the Recliner has relieves pressure points that could result in ulcers and pain from being wheelchair bound. Specifications One fully functional Compact Reclining Dental Wheelchair Lift with accompanying Bariatric Bench and Universal Headset that meet the follow requirements: Capable of handling both manual and electric wheelchairs Treatment in a seated position dentist position left or right Adjustable backrest to accommodate all wheelchair types Open fronted with a wide entrance for easy wheelchair positioning Can be folded for easy storage Rises on ball castors for easy movement - can fit through any standard door Width suitable for our Bariatric Bench Storage floor area 1073mm x 650mm (42.3 x 25.5 ), height when backrest is folded down 565mm (22.2 ) Constructed of light weight alloys Vinyl storage cover available No trailing wires, battery operated for a full shift operation, charge overnight Easy clean surfaces Load Tested to 500kg (78st or 1100lbs) Electrically operated, computer controlled back up battery pack supplied Equipment needed: CWR/D1006 Compact Wheelchair Recliner BB/D1011 Bariatric Bench UH/D1009 Universal Headrest Delivery Location Delivery should be coordinated with the COR of the contract prior to shipping of any equipment Attn: Scott Deluisio / Kim Speranza VA Pittsburgh Healthcare System HJH Dental Clinic 1010 Delafield Road Pittsburgh, PA 15215 The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR once a ship date is established. The COR, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR. Failure the coordinate shipment with COR, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number Training Any training scheduled should be coordinated with the COR and VA staff. Additional Charges There will be no additional charges with the waste management protocol listed in section 8. Packaging Waste management Contractor shall remove packaging materials and all shipping debris from site and dispose of at appropriate recycling facilities. Contractor shall collect and separate for disposal all paper, plastic, polystyrene, corrugated cardboard, packaging material in appropriate bins for recycling on site if available. Contract shall fold metal and plastic banding, flatten and place in designated areas for trash. Instructions: The information identified above is intended to be descriptive, of the Brand Name or Equal to Design Specific - Compact Reclining Dental Wheelchair Lift Model CWR/D1006, 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113. Please answer the following questions: 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) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) 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. (8) 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. (9) 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? (10) 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. (11) Please submit your capabilities in regard to the brand name equipment. (12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than, 4PM Eastern Standard Time (EST) on January 27, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0366 in the subject of the email response. 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 Contracting Specialist, David Santiago. All firms 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 the beta.Sam website for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. 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 (RFI). Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2af99a88e3d5429da31283d6008729fb/view)
- Place of Performance
- Address: VA Pittsburgh Healthcare System HJ Heinz Division 1010 Delafield Road, Pittsburgh, 15215, USA
- Zip Code: 15215
- Country: USA
- Zip Code: 15215
- Record
- SN06569839-F 20230122/230120230108 (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 |