DOCUMENT
65 -- Replacement _Ascent II Power Recliners - Attachment
- Notice Date
- 4/6/2017
- Notice Type
- Attachment
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;Acquisition & Materiel Management;Michael E. DeBakey VA Medical Center;2002 Holcombe BLVD;Houston TX 77030 4298
- Solicitation Number
- VA25617N0516
- Archive Date
- 4/13/2017
- Point of Contact
- Joey Grismore
- Small Business Set-Aside
- N/A
- Description
- Page 2 of 4 THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. Be advised, priority is given to Service Disabled Veteran Owned Small Businesses. 2. The CLASSIFICATION CODE for this requirement is: 65 -- Medical, dental & veterinary equipment & supplies NAICS Code: 339 -- Miscellaneous Manufacturing/339113 -- Surgical Appliance and Supplies Manufacturing 3. Interested and capable Contractors should respond to this notice not later than 2:00 pm (CST) on 04/10/2017 by providing the following via email only to Joey Grismore, Contracting Officer, at joey,grismore2@va.gov. Please present your organization below: Company Name: DUNS Number: Address: Point of Contact Name: Phone No: Email: Business size information Select all that applies: o Small Business o Emerging Small Business o Small Disadvantaged Business o Certified under Section 8(a) of the Small Business Act o HubZone o Woman Owned o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov) o Veteran Owned Small Business (registered in VetBiz.gov) FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date (b) Please provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below. 4. SDVOSB/VOSB respondents. (a) If respondent is VOSB or SDVOSB, respondent is REQUIRED to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause. (b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows: (1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that: (2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded. Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No The results of this market research will assist in the determination if a set-aside is in the best interest. 5. Product Description: The Michael E. DeBakey VA Medical Center (MEDVAMC), Houston Texas has the following BRAND NAME requirement for Ascent II Power Recliners. Please review the attached draft Product Description (PD). Feel free to provide comments on the proposed requirement and provide suggestions that may improve the outcome of this requirement. Forward your questions to Joey. Grismore, at joey.grismore2@va.gov. 6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. §8127. 7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement Requirement The Michael E. DeBakey VA Medical Center (MEDVAMC), Houston Texas has a requirement for Ascent II Power Recliners Chairs to support the Cancer Center s Infusion Clinic. PRODUCT DESCRIPTION: Item Number Item Description Quantity CESS-732039-00001 Ascent II Power Recliner Sw Amrs, One Table, 16 4 Inch Casters, Handle, Step, "Wing Back" CESS-732075-00001 Non-Standard Grade 5 Vinyl 16 Plexus, Swag Blue CESS-6417-00 TRENDELENBURG F/54, 85,56,86,55 16 CESS-732102-00001 Swing Away Table with Cup Holder 16 Quote must include CESS-INSTALLATION 16 SALIENT CHARACTERISTICS: STANDARD FEATURES Swing-away arms Fold-away side table (one) Push handle Retractable foot tray 4 twin wheel casters Wall-hugger mechanism (infinite recline positions) SPECIFICATIONS Weight capacity 300 lbs. Back height (from floor/seat) 49.5 /28.75 Overall width (2 tables down/up)* 32.75 /52 Seat width 22.5 Arm height (from floor, front/back) 29 /26 Seat height/depth 24.5 /20.5 Upright overall depth (w/handle) 40.5 Twin wheel casters 4 Quick-release seat INSTALLATION Includes: shipping and handling, inspection for damage, inside delivery to room(s) to be designated by the COR at delivery. WARRANTY AND SUPPORT The warranty and support must cover all components of the requirement in accordance with standard manufacturer s warranty. 4. PLACE OF PERFORMANCE: The Michael E. DeBakey VA Medical Center (MEDVAMC) Pharmacy Service located at 2002 Holcombe Blvd Houston, TX 77030 4.1 SHIPMENT OF HARDWARE OR EQUIPMENT Delivery Location: Michael E. DeBakey VA Medical Center 2002 Holcombe Boulevard Bldg. / Room # Houston, TX 77030
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/HoVAMC/VAMCCO80220/VA25617N0516/listing.html)
- Document(s)
- Attachment
- File Name: VA256-17-N-0516 VA256-17-N-0516.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397225&FileName=VA256-17-N-0516-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397225&FileName=VA256-17-N-0516-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-17-N-0516 VA256-17-N-0516.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3397225&FileName=VA256-17-N-0516-000.docx)
- Record
- SN04463370-W 20170408/170406235635-58200f4e7ecc371f2cb0927fe38e04d7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |