SOURCES SOUGHT
65 -- HILLROM/BAXTER - Medical Mattress Purchase
- Notice Date
- 11/22/2024 1:58:26 PM
- Notice Type
- Sources Sought
- NAICS
- 337910
— Mattress Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26025Q0090
- Response Due
- 12/2/2024 3:00:00 PM
- Archive Date
- 01/01/2025
- Point of Contact
- Tracy Heath, Contract Specialist, Phone: 253-888-4903
- E-Mail Address
-
tracy.heath@va.gov
(tracy.heath@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) 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 Puget Sound Health Care System, Seattle, WA is for market research purposes only to determine the availability of potential vendors with capabilities to provide the requirement described below. This Request for Information/Sources Sought Notice is for information 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. 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 337910 (Mattress Manufacturing). The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1,000 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 item 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 Department of Veterans Affairs Center for Veterans Enterprise VetCert Registry located at Veteran Small Business Certification (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 only requirement. Please identify manufacturer name (OEM) and manufacturer part number, as well as any warranty information. Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Please provide the country of origin. The Buy American Statute applies; Please complete the attached certificate 52.225-2 Buy American certificate. 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 www.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 as outlined below. This is an Open Market Brand Name Only Request for Information/Sources Sought Notice. ***DRAFT*** Statement of Work w/ Salient Characteristics Background: Medical Mattresses are essential for use in healthcare environments as a patient support system. They are also known as therapeutic surfaces and are designed to help prevent and/or treat pressure ulcers. Many medical mattresses are designed to prevent and relieve pain from other conditions that occur from using a traditional mattress. As such, medical mattresses are designed for either prevention or treatment and may be made from foam, innerspring, air, gel, or a combination of these systems. The Veteran population of Puget Sound s VA Health Care System include a wide range of ages and diagnoses that require proper medical mattresses to aid in their care and recovery. Scope of Work: The Puget Sound Health Care System (PSHCS) has a brand name or Equal to requirement for 77 (Seventy-Seven) (Baxter) Hillrom Centrella Max Air Surface 40 W Mattresses Only and 6 (Six) Hillrom Progressa Surface FP-PMMS-DT-US Mattresses Only. Our current medical mattresses have reached the end of their life cycle and need replacement. The vendor shall provide all necessary labor, parts, transportation, configurations, equipment needed for installation that may be required for the brand name or equal to Medical Mattresses. Onsite Service and Technical implementation specialists will unpack, inventory, install all components and calibrate/verify function. Care will be taken to protect floors and surfaces and remove packaging and debris from the work area. Salient Characteristics of the brand name (Baxter) Hillrom Centrella Max Air Surface: Part # P7922A02 (Qty 77) Needed General Design/Technical Requirements for the Centrella Max Surface Mattresses ONLY: Mattresses must fit in current bed frames so please review the specific dimensions below - Dimensions unpacked: Max Length Extended: 98.7 (251 cm) Max Length Retracted: 86.7 (220 cm) Height: 32.5 (83 cm) maximum, 14.5 (37cm) minimum Width: 40 (101.6 cm) Electrical: Rated Voltage: 100-240 V AC Input Current Ratin: 10 A Frequency: 50-60 Hz Additional Salients Required: Microclimate technology that removes moisture and heat Weight-based distribution Enhanced turn assist Salient Characteristics of the brand name (Baxter) Hillrom Progressa Surface FP-PMMS-DT-US: Part # P7520A23 (Qty 6) Needed General Design/Technical Requirements for the Progressa Surface Mattresses ONLY: Mattresses must fit in current bed frames so please review the specific dimensions below Dimensions unpacked: Max Length Extended: 98 (248.9 cm) Max Length Retracted: 88 (223.5 cm) Height: 16.5 (41.9 cm) Width: 40.5 (102.8 cm) Electrical: Rated Voltage: 100 V/110 V/115 V/120 V/127 V/220 V/230 V/240 V AC Power/Input: 6 A (220 V, 230 V, and 240 V beds) 12 A (100 V, 110 V, 120 V, & 127 V Beds) Additional Salients Required: StayInPlace technology to help prevent patient migration. Full chair position for simpler egress Must connect with current SideCom system. Hands-Free emergency CPR (mattress automatically adjusts to max inflate) and Trendelenburg positioning (Trendelenburg: 13°, Reverse Trendelenburg: -18°) Must have microclimate management technology. Weight-based pressure redistribution Percussion and vibration therapy Continuous lateral rotation therapy Integrated mattress records therapy history for documentation and patient response. 4-post traction setup without additional equipment Assembly, Fire Barrier: Part # 196184 QTY Needed (38) Must fit Centrella Max Air Surface 40 W Fire Barrier: Part # 171369 QTY Needed (18) Must fit Progressa Bed system model. Delivery: Delivery shall be within ninety (90) days from the time of award. All equipment shall be delivered to: Department of Veterans Affairs Puget Sound Health Care System (PSHCS) Warehouse Attn: Dorothy Inocentes 1660 S. Columbian Way Seattle, WA 98108 If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Tracy.Heath@va.gov by 3:00pm PST on December 02, 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/79db038ac54849448da0a41001dd0762/view)
- Place of Performance
- Address: Department of Veterans Affairs Puget Sound Health Care System 1660 S. Columbian Way, Seatle 98108, USA
- Zip Code: 98108
- Country: USA
- Zip Code: 98108
- Record
- SN07273837-F 20241124/241122230115 (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 |