SOURCES SOUGHT
65 -- Urodynamic Procedure Table
- Notice Date
- 4/18/2019
- Notice Type
- Synopsis
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26219Q0615
- Response Due
- 4/23/2019
- Archive Date
- 5/13/2019
- Point of Contact
- marie.irvin@va.gov
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) under NAICS 333415. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. SOURCES SOUGHT DESCRIPTION The Department of Veterans Affairs, Network Contracting Office 22, VA San Diego Healthcare System, is seeking sources that can provide a Urodynamic Procedure Table that at a minimum meets the following salient characteristics: 1) Urodynamic Procedure Table Sonesta S3, STK#SON5031, (includes Arm Rests SON099, Leg Rests SON071 & SON072, Foot Rests SON031, Seat cushion with cutout SON210 & SON220, three motor foot controls SON035, neck pillow SON086, Univ Urodyn Funnel & holder SON065) (Added on: Three Motor Hand Control SON557 not part of SON5031 in line item #2) Includes Inservice for use Includes 1year warranty (no extended warranty purchased) ALBCC: 233RL1 Spinal Cord Injury Outpatient Clinic. CMR 250 EIL Spinal Cord Injury. 1 Each 2) Sonesta S3 Accessory: Three Motor Hand Control STK#SON557 (this was not included in SON5031) CMR-250 SCI EIL 1 Each 3) Shipping & Handling (Not to Exceed $249.00) 1 S&H SALIENT CHARACTERISTICS Operating Table-SCI Urology Must have wheels. Must have a minimum width of 77 cm. Must be able to move the large radiology C-arm underneath it. Must have seat cutout to allow voiding while seated. Must have electric motor controls to adjust the height, seat, and back angle. Prefer foot motor controls. Must have standup feature with foot holders for urodynamics. Must have stirrups. Must have locking mechanism after adjusting chair angles. Must be adaptable for both male and female for GYN procedures for women veterans. Must have adjustable seat height to allow for minimum of 16. Must have a weight capacity of at least 460 lbs. Must have durable construction. Must be compliant with sanitation standards and certified as cleanable. Must have warranty. The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information indicated below. Response to this notice should include: company name, address, point of contact, DUNS number, size of business pursuant to the following questions: 1. Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.) 2. Is your company considered small under the NAICS code identified under this RFI? If not, is your company considered small under a related NAICS code? 3. Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? 4. If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). 5. If you re a small business and you are an authorized distributor/reseller for the items identified above (or an equivalent solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 6. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. 7. If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions you are providing information for available on your schedule/contract? 8. Please provide general pricing of your products/solution for market research purposes. 9. Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. SUBMISSION Responses to this notice shall be submitted via email to marie.irvin@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday April 23, at 10:00 A.M. PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-APR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26219Q0615/listing.html)
- Record
- SN05285799-F 20190420/190418230027 (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 |