Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 07, 2023 SAM #7801
SOURCES SOUGHT

65 -- Rehabilitation Care Service Barihab XKS

Notice Date
4/5/2023 1:40:22 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0450
 
Response Due
4/14/2023 4:30:00 PM
 
Archive Date
04/24/2023
 
Point of Contact
jeffrey.kelley1@va.gov, Jeffrey Kelley
 
E-Mail Address
Jeffrey.Kelley1@va.gov
(Jeffrey.Kelley1@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, and other Small Businesses interested and capable of providing items requested. The intended contract is a firm-fixed price contract. An 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: Barihab - XKS Multi-Purpose Treatment and Assessment Platform (Qty-1). Salient Characteristics: Must have a lifting capacity of 1000 pounds. Must have the treatment mat surface made of a vinyl type material. Must have a vertical height adjustment from 18 inches to 34 inches. Under table must be clear of all obstructions to allow for a Hoyer lift base to be inserted beneath. Must have an adjustable back rest that ranges from 0-90 degrees behind the patient when sitting. Must have a lap belt and chest belt for security of the patient when sitting on the table. Must have two locking handlebars for patient use during transfers. Must have an adjustable seat angle from 0-70 degrees for sitting to standing transfers. Must have a minimum of one hand controller but have no foot controls. Must have an integrated head rest on the back rest for cervical support. Has a foot plate that reduces spasms in patients with increased tone Must have a chest plate to enhance patient security and function like a standing frame. Must have a knee plate to allow for standing w/ non-weight bearing. Must have an attachment for parallel bars to initiate standing and walking. Must have an attachable seat that goes onto parallel bars for patient to rest while walking. Potential contractors shall provide, at a minimum, the following information to Jeffrey.kelley1@va.gov: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI; whether services are presently offered on a current GSA Federal Supply Schedule contract.  2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 513210 SOFTWARE PUBLISHERS. To be considered a small business your company must have size standard as fewer than $47 million. 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 SBA.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. 7) No gray market or remanufactured items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. Responses are due by 04/14/2023 4:30 PM PST, to the Point of Contact. Point of Contact: Jeffrey Kelley Contract Specialist jeffrey.kelley1@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/adf095b69f564bf5b2bf2837ef891aa4/view)
 
Place of Performance
Address: Puget Sound VA Healthcare System Warehouse 90D 1660 S. Columbian Way, Seattle 98108-1532
Zip Code: 98108-1532
 
Record
SN06641589-F 20230407/230405230110 (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.