Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 13, 2024 SAM #8082
SOURCES SOUGHT

65 -- Brand Name or Equal to: Stryker - Xpedition Model 6257 Powered Stair Chair This is not a Request for Quote

Notice Date
1/11/2024 8:11:59 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
36C24424Q0280
 
Response Due
1/19/2024 1:00:00 PM
 
Archive Date
03/19/2024
 
Point of Contact
David Santiago, Contracting Specialist, Phone: 412-822-3746
 
E-Mail Address
david.santiago2@va.gov
(david.santiago2@va.gov)
 
Awardee
null
 
Description
Statement of Need Coatesville VA Medical Center Title of Project: Stryker Xpedition Model 6257 Powered Stair Chair Background: The Department of Veterans Affairs, Coatesville Veterans Affairs Medical Center (VAMC), has a new Brand Name Only or Equal requirement for two (1) Stryker Xpedition Model 6257 Powered Stair Chairs to provide patient movement in stairways and narrow passages when elevators are not available or when the environment will not allow for a stretcher to remove the patient from the area. The Stryker Xpedition Model 6257 Powered Stair Chair uses battery power to assist with the climbing or descending of stairs. This is one of the first powered stair chairs, traditionally it required at least two personnel to move a patient downstairs. Going upstairs with a legacy stair chair was never the intent of the traditional stair chairs although it has been down when moving Veterans back to their floor when elevators have stopped working. The Coatesville VAMC currently utilizes the Stryker Stair-PRO which is an earlier unit. The Xpedition and the Power-PRO 2 powered ambulance cot use the same lithium-ion battery and battery charger. The stair chair uses the same battery as the stretcher system that the fire department currently uses. Staying with the Stryker brand will allow the VA to use the same maintenance plan to annual maintenance and repairs when needed. Furthermore, Veterans Affairs Safe Patient Handling manual requires patient movement to use less than 35 pounds of force when moving a patient. Salient Characteristics: Stryker Xpedition Stair Chair 625705550002 1 ea Assembly, Battery Charger 650700450301 1 ea Kit, Upgrade, Footrest 625707000009 1 ea Kit, Upgrade, Upper Carry Handle 625707000008 1 ea Lithium- Ion Battery 650707000002 1 ea Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: Coatesville VAMC 1400 Blackhorse Hill Rd Building 13 Warehouse Coatesville, PA 19320 Hours of operation 07:30 -15:30 Monday through Friday, no holidays. 5. Performance Monitoring: All equipment purchased will be subject to an incoming inspection by Safety to ensure the unit is functional and meets electrical safety standards for the VA. 6. Security Requirements. None identified. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). There is no GFE or GFI anticipated with this contract. 8. Other Pertinent Information or Special Considerations. a. Identification of Possible Follow-on Work. The contractor will provide two (2) years of maintenance warranty. b. Identification of Potential Conflicts of Interest (COI). None identified. c. Identification of Non-Disclosure Requirements. None identified. d. Packaging, Packing and Shipping Instructions. There are no special requirements. e. Inspection and Acceptance Criteria. As previously noted, all units purchased will be subject to an incoming inspection by Safety to ensure the units are functional and meet electrical safety standards. 9.Training Any training scheduled should be coordinated with the COR and VA staff. Instructions The information identified above is intended to be descriptive of the Brand Name or Equal to the Stryker - Xpedition Model 6257 Powered Stair Chair, 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) 339112. 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.)? Is your company considered small under the NAICS code identified under this RFI? 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? (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. (10) Please submit your capabilities regarding the brand name equipment. (11) 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, Friday 4 PM Eastern Standard Time (EST) on January 19, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0280 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 Contract 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 web site 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. 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/529bbebffd1c4ea9afe4581e9fc97c4e/view)
 
Place of Performance
Address: Coatesville VA Medical Center Attn: Warehouse 1400 Black Horse Hill Road,, Coatesville, 19320, USA
Zip Code: 19320
Country: USA
 
Record
SN06934135-F 20240113/240111230057 (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.