SOURCES SOUGHT
65 -- NX EQ Stretcher: Medical: OB-GYN
- Notice Date
- 11/5/2024 12:18:39 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
- ZIP Code
- 22408
- Solicitation Number
- 36C10G25Q0020
- Response Due
- 11/19/2024 7:00:00 AM
- Archive Date
- 12/19/2024
- Point of Contact
- Anthony Zibolski, Contract Specialist, Phone: 240-215-0598
- E-Mail Address
-
anthony.zibolski@va.gov
(anthony.zibolski@va.gov)
- Awardee
- null
- Description
- 1.0 DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) as a means of conducting market research to identify qualified sources with the capability and the resources to meet the Veterans Health Administration s (VHA) Non-Expendable Equipment National Program requirement for Stretcher: Medical: OB-GYN. The SAC in conjunction with VHA is seeking a qualified source to supply brand name Stryker Gynnie® or Equal Stretcher: Medical: OB-GYN on an agency-wide basis. VA intends to award a single Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver Stretcher: Medical: OB-GYN to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 800 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at: https://veterans.certify.sba.gov/#search at the time of submission. Submissions for this sources sought shall include the Notice ID in the email subject line and be submitted by email no later than the date and time listed in this announcement to: Anthony.Zibolski@va.gov Kimberly.Lemieux@va.gov This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this notice. There is no solicitation available at this time. 2.0 SCOPE OF WORK The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Stretcher: Medical: OB-GYN product line as a candidate for a VA-wide (otherwise referred to as national ) single Requirements contract award. The OB-GYN stretcher facilitates obstetrical and gynecological care. They provide an adjustable, secure, and comfortable platform for gynecological examinations. During obstetric emergencies, the need for a reliable stretcher becomes paramount. These stretchers ensure that the patient can be quickly and safely transported to the required department. Patients benefit from these stretchers in labor and delivery settings. Adjustable positioning helps maximize comfort, efficiency, and safety during childbirth. Patients can often avoid the discomfort, risk, and time expenditure associated with transferring from a bed to a stretcher, and then to an obstetric table. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide Stryker Gynnie® or Equal Stretcher: Medical: OB-GYN to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. The following Contract Line Items are being considered: Contract Line Item# Part Number Description BASE YEAR YEAR 1 YEAR 2 YEAR 3 YEAR 4 0001 1061000000 Stryker Gynnie OBGYN Stretcher with mattress, 5th Wheel Steering, and push handles 0002 1020130000 Oxygen Bottle Holder 0003 1061120000 Bracket for Drainage Basin 0004 1061130000 Calf Support Mounting Brackets 0005 1061040036 Calf Support The following Salient Characteristics apply to CLIN 0001 SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 Must have dual pedestal hydraulics Literature Review SC 2 Trendelenburg/Reverse Trendelenburg must be +/- 18 degrees Literature Review SC 3 Must have at least 8 casters Literature Review SC 4 Must be equipped with foot supports/stirrups. Literature Review SC 5 Must have side rails that are easy to raise and lower Literature Review SC 6 Must have IV pole receptacles Literature Review SC 7 Minimum of 500 pound weight capacity. Literature Review SC 8 Head elevation must be 0 to 90 degrees Literature Review SC 9 Foot section of bed must be movable for pelvic exam access. Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer. Country of Origin designation for all products Ability to provide uninterrupted supply of products on a national scale Technical Literature that clearly shows product(s) meet the identified salient characteristics and page numbers where each salient characteristic is met Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/073568148ced4b75bc4bb883d5c4feb5/view)
- Place of Performance
- Address: Nationwide, USA
- Country: USA
- Country: USA
- Record
- SN07257786-F 20241107/241105230107 (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 |