Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 13, 2020 SAM #6863
SOURCES SOUGHT

65 -- Standard Manual Wheelchairs

Notice Date
9/11/2020 11:13:28 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G20Q0080
 
Response Due
10/6/2020 12:00:00 PM
 
Archive Date
11/05/2020
 
Point of Contact
Lawrence Toperoff, Contract Specialist, Phone: 202-632-9024
 
E-Mail Address
lawrence.toperoff@va.gov
(lawrence.toperoff@va.gov)
 
Awardee
null
 
Description
NOTICE OF ACTION: This is a Sources Sought/Request for information (RFI), Synopsis for Standard Manual Wheelchairs. The Department of Veterans Affairs, in conjunction with the Veterans Health Administration (VHA) is seeking a better understanding of the market capability for the proposed commodity above. The purpose of this Request for information (RFI) is to obtain information on the capability of contractors to provide Standard Manual Wheelchairs for VHA with a national standardized source for the selected items for commercial off the shelf. This RFI allows potential contractor to submit a non-binding statement of interest and documentation demonstrating their capabilities, and suggestions that will allow the Government to refine its potential course of action. The RFI effort is intended to assess available sources of supplies, suppliers capabilities, and solicit feedback for acquisition planning purposes. The strategic Acquisition center (SAC) is requesting response from qualified suppliers and/or businesses concerns. The NAICS code for this effort is 339113. BACKGROUND: The Veterans Health Administration s (VHA) Prosthetic Clinical Management Program (PCMP) has identified Standard Manual Wheelchairs as a uniform preferred product for continued potential consolidated contracting. The purpose of consolidated contracting is to obtain user uniformity and quality products at competitive prices Minimum Technical Requirements (MTR): The standard manual wheelchairs must meet all the minimum technical requirements. The MTRs include U.S. Food and Drug Administration (FDA) Medical Equipment Clearance Documentation, Healthcare Common Procedure Coding System (HCPCS) and Rehabilitation Engineering Society of North America (RESNA) Reports (See Attachment A). Feature Specification MTR 1 Seat Sizes (width x depth) with occupant mass (weight) capacity 16 x16 with 250 lbs occupant mass (weight) capacity. 18""X16"" with 250 lbs occupant mass (weight) capacity. 20""x18"" with 300 lbs occupant mass (weight) capacity. * * A separate RESNA test report is required for this model given the occupant mass capacity is different than the (2) other models. MTR 2 Frame Description Folding frame. Frame material is not designated. MTR 3 Arm support Fixed height, detachable, reversible, with desk length padded arm support. Solid panel to serve as clothing guard. MTR 4 Back Canes Integrated push handles with bend at superior aspect. The degree of bend is not specified. MTR 5 Backrest height Fixed height at 16.5 plus or minus (+/-) 1 (one inch). MTR 6 Seat and back support description Nylon seat and back support. Seat upholstery must include hook style Velcro sewn in place to secure a cushion. The location of the Velcro attachment is not specified. Opposing loop style Velcro must be included. MTR 7 Seat to floor height 19.5"" plus or minus (+/-) 1/2"" (one-half inch). MTR 8 Casters 8 maximum diameter, composite casters with solid tires. MTR 9 Rear wheels 24"" composite wheels, solid treaded tires, aluminum push rim, threaded axles with wheels bolted in place. Wheelchairs with dual axle positions will not be excluded. For adjustable rear seat to floor height, front caster housing must maintain vertical alignment. MTR 10 Front Rigging Swing-away, detachable, adjustable length by push-button, with flip-up composite footplate with heel loop. The angle of the front rigging is not specified. MTR 11 Wheel locks Push to lock. MTR 12 Anti-tip devices Adjustable length, removable, mounted on both right and left sides of frame. If alternate rear seat heights are available, adjustability of anti-tip device must support compatibility with all seat heights. MTR 13 Overall weight of the wheelchair For 16""x16"" and 18""x16"" with 250 lbs occupant mass capacity, 36 lbs maximum device weight includes all components except front riggings. For 20""x18"" with 300 lbs occupant mass capacity, the overall weight of the wheelchair is not specified. MTR 14 Warranty Minimum one-year warranty for parts and labor. Associated forms must accompany proposal. MTR 15 User Manual Consistent with requirements outlined as established standards in RESNA Volume I Section 15. MTR 16 Order Form A product order form must be provided that is consistent with requirements. Two versions of the same form shall be submitted; one with itemized pricing and one without pricing for technical evaluation. REQUIRED OPTIONS FOR ORDERING AS NEEDED WITH A CHAIR ORDER MTR 17 Elevating Leg Support Swing away, adjustable length, adjustable position calf pad, flip up composite footplate. Multiple elevation positions must be available. MTR 18 Wheel lock extensions Minimum 6 length and removable, with retention mechanism to secure the extension handle to the wheel lock. MTR 19 Oxygen tank holder Accommodates E-tank. Designed for efficient installation with both right and left orientation available without adverse impact on client safety (i.e. compromise of rearward chair stability or contact of tank with client). Must be compatible with cane/crutch holder and anti-tip devices. MTR 20 Cane/Crutch Holder Designed for efficient installation with both right and left orientation available. Must be compatible with both oxygen tank older and anti-tip devices installed. If your company has the potential capability to provide this product, please respond to this RFI as follows: Cover Sheet 1 page Please provide the following information: Company name, address, DUNS number, web site, and CAGE Code. Point of contact to include address, title, e-mail address and telephone number. Business size of the Prime Contractor (check all applicable boxes). Large Small Small Disadvantaged Business Women-Owned Small Business HUB Zone Small Business (SBA Certified) 8 (a) Small Business (SBA Certified) Veteran Owned Small Business Service-Disabled Veteran Owned Small Business Verified by VA Center for Verification and Evaluation (CVE) Are you an authorized Government distributor or manufacturer? Capabilities Statement and Market Information 6 pages (excluding product literature) Please respond to the following questions by providing a Capabilities Statement and Market Information: Does your company have the capability to provide an uninterrupted supply of Standard Manual Wheelchairs at an enterprise-wide/national level or identify VISN geographical coverage area? Has your company provided these products to VA and/or another Government agency (enterprise-wide/national level) in the past three years? If so, identify the following: Contract number and or delivery order number; Contract Type Contracting Officer/Contracting Specialist Name/Phone Number/Email; Period of Performance; Scope/Volume (number and type of Standard Manual Wheelchairs provided); and Prime or subcontractor. Do you have a Federal Supply Schedule (FSS)? If so, are these supplies and equipment available on your FSS? Identify the supplies and equipment available, contract number, source and category. Identify the Standard Manual Wheelchairs manufactured or distributed by your company to include any product literature that meet Minimum Technical Requirements identified above. Identify the most applicable North American Industry Classification Code System (NAICS) code for this acquisition. Including rationale for NAICS code selection. Proposed NAICS Code 339113 - Surgical Appliance and Supplies Manufacturing. If you are a distributor, please specify the ancillary services provided by your company as it relates to the Specification? These services should only be the value-added services that are provided by your company not the manufacturer. Please submit your responses to the Contracting Specialist, Lawrence B. Toperoff at Lawrence.toperoff@va.gov and copy Zachary Wilcox at Zachary.wilcox@va.gov. Responses are due by 3:00 PM Eastern Time, October 6, 2020. Do not compress (ZIP) RFI responses. Veteran Affairs (VA) Network Security Operations Center (NSOC) has temporarily blocked email attachments with the .zip extension as a mitigation measure against the ongoing world-wide ransomware event impacting many organizations.  During this time, .zip file extensions will be permanently stripped from email traffic, and will not be recoverable. If separate emails are sent the file size limitation of each email is limited to 5MB, and emails should be labeled 1 of x, 2 of x. etc. to account for all emails sent in response to this Sources Sought/RFI. DISCLAIMER: Issuance of this RFI or Sources Sought is to assist the VA in determining sources only and does not commit or bind the Government under any circumstances, nor does it constitute any obligation whatsoever on the part of the Government to procure these services or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; the Department of Veterans Affairs is neither seeking proposals nor accepting unsolicited proposals, and responses to this RFI or Sources Sought cannot be accepted as offers. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this RFI or Sources Sought.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/54fc5c9759f344bba99fd4c79fb9cf2c/view)
 
Place of Performance
Address: Nationwide, USA
Country: USA
 
Record
SN05795413-F 20200913/200911230154 (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.