Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 11, 2020 SAM #6891
SOURCES SOUGHT

W -- Supply: Air Fluidized Therapy Bed Rental

Notice Date
10/9/2020 8:19:34 AM
 
Notice Type
Sources Sought
 
NAICS
532283 — Home Health Equipment Rental
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24821Q0045
 
Response Due
10/14/2020 10:00:00 AM
 
Archive Date
01/21/2021
 
Point of Contact
Rosetta Little, Department of Veterans Affairs, Phone: 407-646-4014, Fax: N/A
 
E-Mail Address
rosetta.little@va.gov
(rosetta.little@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE This is not a solicitation announcement. The purpose of this announcement is to gain knowledge of potential qualified sources and their size classification (service-disabled veteran owned small business, veteran owned small business, hub zone, 8(a), small disadvantage business, woman-owned, small business, or large business) relative to NACIS 333318 (size standard of 1,000 employees). Responses to this notice will be used by the Government to make appropriate acquisition decisions. Responses to this notice are not considered to the solicitation announcement. The government will not pay nor reimburse any costs of preparing this response. The Department of Veteran Affairs, Network Contracting Office (NCO) 8, Veterans Integrated Service Network (VISN) 08, has a need to Autonomous Floor Scrubbers. The Autonomous Floor Scrubbers will be delivered to multiple locations through-out the VISN. (see Salient Characteristics and Place of items below). SALIENT CHARACTERISTICS The floor scrubber must have 3 modes of scrubbing: Ability to replicate a designated cleaning path recorded by the operator. Ability to implement autonomous cleaning of a rooms interior space and avoid obstacles with no pre-mapping or programming requirements. Manual mode to be used as a normal scrubber Safety Certifications: Robotic Safety Certification Safety Features: The floor scrubber must have 360-degree coverage drop off sensors that detect unsafe drop offs on the ground such as stairs, loading docks or steps. The sensors must immediately stop the scrubber from moving. Device must have Disc and Orbital scrub head model types. Disc: Minimum of 157 RPM (Quantity 4ea) Orbital: Minimum of 2250 RPM ¼ orbits & macro of 10-30 RPM (Quantity 16ea) Orbital scrub head must have the ability to remove finish without the use of chemicals Battery: 255 Ah battery with onboard charger Device must have a footprint not to exceed the following dimensions: Length Maximum 54 Width Maximum 30 Height Maximum 57 Devices must have a squeegee width minimum of 28 Tank Capacity: Maximum of 15-gal Solution Tank Maximum of 14-gal Recovery Tank The devices must have the ability to clean up to 20,400 ft²/hr in autonomous mode. Operation of the device should be efficient to include cost, energy and manpower. Minimal human intervention should be involved in carrying out its work. Quiet mode to avoid noise disturbance in noise sensitive areas when in operation. The devices must be for both indoor and outdoor usage. The devices must be easy to operate and be able to effectively scrub the floors and provide reports for management reporting. The devices must require minimal installation. The devices must have the ability to perform remote diagnostic services performed via public WI-FI and not connect to VA-Network s WI-FI at any time. PLACES OF PERFORMANCE Three (3) units at the C.W. Bill Young VA Medical Center, Bay Pines, FL Four (4) units at the Bruce W. Carter VA Medical Center, Miami, FL Four (4) units at the West Palm Beach VA Medical Center, West Palm Beach, FL Four (4) units at the James A. Haley Veterans Hospital, Tampa, FL Two (2) units at the Orlando VA Medical Center at Lake Nona, Orlando, FL Three (3) units at the VA Caribbean Healthcare System, San Juan, PR The intent is to find qualified businesses relative to the North American Industry Classification Code (NAICS) 333318. You must be an authorized distributor of the products for the items of your submittal. You will be required to provide proof of designation or official letter from the manufacturer. This is a one-time buy with installation and 1yr Full-Service maintenance services. Concerns may be responded to by submitting a qualification letter including the following information: Company Name Capability Statement specific to the technical requirements Please describe how you can provide these items to the government. This must not be a generic line card but something that the government can positively use to determine the procurement strategy of this requisition. Company Name: Address: Contract Number: Phone No: CAGE: TIN: DUNS: FSS/GSA Contract Holder, if available: Responses to this notice must be sent via email, no later than 1 pm (EST) on 7/23/2020. Telephone inquiries and facsimile responses will not be considered. Please email responses to: rosetta.little@va.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ff0312fcc08d46a8915c746b6f60ab55/view)
 
Place of Performance
Address: Department of Veterans Affair Network Contracting Office 8 (NCO 8) Orlando VA Healthcare System 13800 Veterans Way, Orlando 32827
Zip Code: 32827
 
Record
SN05825317-F 20201011/201009230140 (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.