Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2024 SAM #8419
SOURCES SOUGHT

65 -- Smart Mattress and set-up Purchase

Notice Date
12/13/2024 2:17:22 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
36C26025Q0123
 
Response Due
12/20/2024 12:00:00 PM
 
Archive Date
01/19/2025
 
Point of Contact
Rachel Richardson, Contract Specialist, Phone: 509-524-1486
 
E-Mail Address
rachel.richardson@va.gov
(rachel.richardson@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 American Lake VA Medical Center, Tacoma, 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 or equal to 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 The Buy American Act clause 52.225-1 (Buy American supplies) and provision 52.225-2 should be completed (see attached) 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 Unrestricted/Open Market Brand Name or equal Request for Information/Sources Sought Notice. *Draft Statement of Work/Salient Characteristics 1. Contract Title. 663-25-1-044-1811 Smart Mattress Purchase 2. Background. On April 18, 2024, the VHA Central Office issued Patient Safety Alert SR-46567 for undetected fluid ingress and egress from inpatient and outpatient mattresses that can lead to hospital-associated infections, patient tissue degradation, and/or patient death. One action item required 100% inspections of all facility bed and stretcher surfaces. If any surfaces were found compromised, the facility needed to replace them as soon as possible. 3. Scope. This contract is for queen-size smart mattresses, mattress covers, frames, remotes and set-up to replace compromised surfaces in the Sleep Lab. The vendor shall provide� all necessary labor, parts, transportation,� configurations,� equipment needed for installation and� any training that may be required for the brand name or equal to Sleep Number Smart Beds set-up.� 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 This procurement is estimated to be awarded by December 31, 2024. All new surfaces will be delivered to 6 rooms within the Sleep Lab located at the American Lake campus. Room numbers are 301,303,304,305,306,307. 4. Salient Characteristics Product Description (Brand Name or equal) Sleep Number manufacturer part i2p5, p5 360 smart Bed Queen Single Chamber: Sleep Number manufacturer part 424876, Total Encasement Mattress Cover for Smart Beds Queen Single Chamber. Sleep Number manufacturer part 126016, Smart Remote for p5360 queen mattress and frame. Salient characteristics for Smart bed: single chamber mattresses only 60 x 80 x 10 Adjustable firmness on each side Automatically responds to movements Breathable Able to track HRV, average heart and breath rate Standard 15 year warranty Salient characteristics for Smart base frame: Must be able to support 550 Ibs, not including mattress and system hardware. Must be able to adjust head position from supine to upright setting position, as well as adjust to anywhere in between. Salient characteristics for Mattress cover Zippered cover fully encases mattress and hose openings or must be enclosed in material that is waterproof, as able to block bed bugs, dust mites and allergens . STANDARD 100 by OEKO-TEX® certification Salient characteristics for Smart remote: Compatible with Sleep Number frame and smart mattress 5. Performance Monitoring (if applicable). All monitoring will be done by Daniel Martinez (POC for the facility) 6. Security Requirements. 1) The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. 7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). NA 8. Other Pertinent Information or Special Considerations. NA a. Identification of Possible Follow-on Work. None currently. b. Identification of Potential Conflicts of Interest (COI). None currently e. Inspection and Acceptance Criteria. COR Dorothy Inocentes will ensure work is completed to satisfaction of the facility. 9. Risk Control No patience will be affected, or service interrupted during this service. 10. Place of Performance. Service will be preformed at the VA Medical Center American Lake Sleep Lab. 11. Period of Performance. Delivery of the new surfaces is being requested for January 31, 2024. Installation will be according to the date that Daniel Martinez and the Sleep Number technician have agreed upon. 12. Delivery Schedule. Mon Fri from 8AM to 3PM 13. Deliver To: All new surfaces will be delivered to: VA Puget Sound American Lake Medical Center 9600 Veterans Dr. Tacoma, WA 98493 The 6 rooms within the Sleep Lab located at the American Lake campus: room numbers are 301,303,304,305,306,307. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Rachel.Richardson@va.gov by 12:00pm PST on December 20, 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/4b0812a4c13e4b9faf2e0c8559e08fca/view)
 
Place of Performance
Address: Department of Veteran's Affairs Puget Sound Healthcare System American Lake Sleep Lab 9600 Veterans Drive Southwest, Tacoma, WA 98493, USA
Zip Code: 98493
Country: USA
 
Record
SN07292037-F 20241215/241213230112 (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.