Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2024 SAM #8394
SOURCES SOUGHT

65 -- AGILITI MATTRESSES

Notice Date
11/18/2024 2:00:06 PM
 
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
36C26025Q0081
 
Response Due
11/25/2024 10:00:00 AM
 
Archive Date
12/10/2024
 
Point of Contact
Christian Bianchi, Contract Specialist
 
E-Mail Address
christian.bianchi2@va.gov
(christian.bianchi2@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice Page 1 of 4 THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Seattle VA Healthcare System, is for market research and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. 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. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339113. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 800 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 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 Small Business Administration VetCert Registry located at https://veterans.certify.sba.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) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) 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 of the item and those 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. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. 8) Please identify the country of origin for all items. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products and services as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Delivery address: Seattle VA Medical Center 1660 South Columbian Way Seattle, WA 98108-1532 Items: Brand Name or Equal to: Agiliti Adapt Air // Agiliti Adapt Convertible // Agiliti Adapt Control Unit QUANTITY MANUFACTURER PART # DESCRIPTION PRICE 2 0010ADA035UNVS Adapt Air System 35 x 82 2 0010ADC03582 Adapt Convertible System 35 x 82 2 61600200 Adapt Control Unit TOTAL The proposal price shall include all costs associated with the delivery, installation, setup, and integration of new mattresses, as well as the removal and responsible disposal of existing mattresses. Salient Characteristics: Adapt Air System Must meet all required federal mandates for medical use. 4-way stretch top cover fabric shall be moisture vapor and heat permeable for microclimate management, breathable and low friction. Fabric must be durable and highly chemically resistant; it must remain waterproof even under harsh cleaning protocols. RF-welded seams bond top cover material together, creating an airtight, waterproof seal protecting against fluid ingress, reducing, or eliminating cross-contamination risk. Twenty 6-inch air cells feature patented vertical cell technology, which maintains vertical structure when weight is applied, leading to deeper immersion potential and lower shear forces while increasing stability and patient comfort. Targeted airflow microclimate management combines the top cover fabric, Adapt Pump and AirSpace mesh to ensure non-stop airflow beneath the patient/surface interface helping keep patients cool and dry. Compatible with Adapt Pump for pressure redistribution (alternating pressure, immersion) and airflow for microclimate management. Surface must remain inflated during transport. Maximum patient weight of 550 lbs. Dimensions: Height: 6 Width: 35 Length: 82 Adapt Convertible System Must meet all required federal mandates for medical use. 4-way stretch top cover that is breathable and chemically resistant, standing up to the toughest cleaning protocols. The bottom cover is RF-welded from a single panel of non-skid material to minimize the risk of fluid ingress and improve its durability. Targeted airflow microclimate management combines the top cover fabric, Adapt Pump and AirSpace mesh to ensure non-stop airflow beneath the patient/surface interface helping keep patients cool and dry. CoreShield protects the internal components from fluid ingress and other damage, helping extend the life of the product. CuPro copper and gel infused foam to efficiently dissipate heat using tiny particles of copper. The absorbed heat increases the responsiveness of the foam, allowing for easier patient movement. Nine foam-filled air cells self-adjust with patient weight and movement and contain five types of layered and zoned foam, to provide varied levels of support and pressure redistribution to the head, torso, and heel. Firm foam edge for added stability during patient ingress/egress. Sloped heel zone for additional off-loading capabilities. Halogen and fiberglass free fire barrier. Compatible with Adapt Pump to add 1-in-2 alternating pressure and targeted airflow. Maximum patient weight of 550 lbs. Dimensions: Height: 7 Width: 35 Length: 82 Adapt Control Unit Must meet all required federal mandates for medical use. Adapt Pump that is compatible across all Adapt Line support surfaces, providing patented algorithms for pressure redistribution (alternating pressure, immersion) and airflow for microclimate management. Utilize 120V AC, 50-60 Hz for power source. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Christian.Bianchi2@va.gov by 10:00 AM PST on November 25, 2024. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32a0c13396894f868d3043a9ea29f904/view)
 
Place of Performance
Address: Seattle VAMC 1660 South Columbian Way, Seattle 98108-1532
Zip Code: 98108-1532
 
Record
SN07268229-F 20241120/241118230108 (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.