SOURCES SOUGHT
65 -- 600-20-2-111-0115, Attn: Helena Roba, Rental of Medical Specialty Beds (VA-20-00042661)
- Notice Date
- 3/31/2020 10:50:37 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22L (36C262) LONG BEACH CA 90815 USA
- ZIP Code
- 90815
- Solicitation Number
- 36C26220Q0582
- Response Due
- 4/9/2020 12:00:00 AM
- Archive Date
- 06/08/2020
- Point of Contact
- John Harrison John.harrison2@va.gov
- E-Mail Address
-
john.harrison2@va.gov
(john.harrison2@va.gov)
- Awardee
- null
- Description
- REQUEST FOR INFORMATION: 36C26220Q0582. 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). This is not a solicitation announcement. This is sources sought synopsis only for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NACIS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement. The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide Rental of Medical Specialty beds. If you are interested and can provide the required supplies, please provide the requested information as indicated below. Responses to this notice should include: company name, address, point of contact, 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? (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 re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) 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. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities regarding the salient characteristics being provided and any information pertaining to brand name or equal to items to establish capabilities for planning purposes? Responses to this notice shall be submitted via email to John.harrison2@va.gov Telephone responses shall not be accepted. Responses must be received no later than April 09, 2020 at 11:00AM PST. If a solicitation is issued it shall be announced later, 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. Please provide unofficial pricing. Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions. Brand Name ITEM NO. DESCRIPTION QUANTITY UNIT ----------------------------------------------------------------------------------------------------------------------------------- RENTAL OF MEDICAL SPECIALTY BEDS 3.50 EA TOTAL COST: $ Contract Number: V797P-4434b Contract Title: Hill-Rom Bed Rentals Background: VA Long Beach Healthcare System (VALBHS) has a need to rent bed frames and specialty therapeutic surfaces for use by patients. Scope: The contractor shall provide VALBHS bedframes, mattresses and other specialty therapeutic services for use by patients. Rental of Bedframes and Specialty Therapeutic Services. Deliverables: Contractor is responsible for the delivery of rented products to the VALBHS campus, and removal of rented products at the end of the rental period. The contractor shall also be responsible for ensuring that rental products are in acceptable quality and working order during the rental period. VALBHS clinical providers will determine acceptable working order and quality of rented products. Performance Monitoring: VALBHS clinical providers will assess the quality and working order of all rented products upon delivery to the VALBHS campus. If products are found to be of an unacceptable quality or working order the vendor will be immediately notified to provide repairs to the product or a replacement. VA clinical providers will report any instances of delivery of unacceptable rental products and or inability of the vendor to provide timely replacements or repairs of rental equipment. The COR will maintain a file of the information provided by clinical staff and will address discrepancies with the vendor and/or Contracting Officer as appropriate. Security Requirements: The contractor will not require any access to VA Information Technology systems nor unsupervised access to VALBHS clinical areas. Inspection and Acceptance Criteria: VALBHS clinical providers will assess the quality and working order of all rented products upon delivery to the VALBHS campus. Products will only be accepted if they are determined to be of acceptable quality and working order, as determined by clinical providers. Period of Performance: June 19, 2020 to September 30, 2020 (Base Year) October 1, 2020 to September 30, 2021 (Option Year 1)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8ca901ecc5c54e948edacd07750e5d35/view)
- Place of Performance
- Address: VA Long Beach Healthcare system;5901 E 7th Street;Warehouse BLDG 149;Long Beach, CA;90822
- Record
- SN05606401-F 20200402/200331230155 (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 |