SOURCES SOUGHT
65 -- Sources Sought Notice/Request for Information-Name brand or Equal product Handicare (previously Prism Medical Services)-OMNI-Charge in-rail charging track system and turntables
- Notice Date
- 5/3/2022 5:24:59 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
- ZIP Code
- 39157
- Solicitation Number
- 36C25622Q0873
- Response Due
- 5/12/2022 8:00:00 AM
- Archive Date
- 06/11/2022
- Point of Contact
- Anthony Marion, Contracting Officer, Phone: 713-794-0825
- E-Mail Address
-
anthony.marion2@va.gov
(anthony.marion2@va.gov)
- Awardee
- null
- Description
- 1. Title: Ceiling lift Motor Removal, Replacement, Reinstallation, and Reconnection 2. Purpose: The Michael E. Debakey Veteran Affairs Medical Center (MEDVAMC) located at 2002 Holcombe Boulevard. Houston, Texas, hereby issues the following Sources Sought to Request Information (RFI) with the intent of determining the contractor interest, capabilities, qualifications of potential businesses, nonmanufacturer rule compliance, Buy American Act compliance, Trade Agreement compliance and estimated industry pricing information for market research and estimated budgetary purpose for the name brand or equal product. Contractor shall provide all shipping, installation, equipment, personnel, labor and testing for name brand or equal product. This Sources Sought is published for market research purposes. This Sources Sought will be used to determine if a set-aside for any small business program is appropriate. Government anticipates competitive, firm fixed price contract. Please review this announcement, respond to all questions below and review all attachments in their entirety. Government request that interested offerors complete all questions below, provide required documentation, descriptive literature and authorization letter as described below. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. 3. Objective: To find qualified and certified contractors with the capability to provide Ceiling lift Motor Removal, Replacement, Reinstallation, and reconnection that is name brand or equal to suggested manufacturer Handicare (previously Prism Medical Services) C450 overhead patient lift motors and OMNI-Charge in-rail charging track system and turntables that are currently installed throughout the Southeast Louisiana Veterans Health Care System (SLVHCS) in New Orleans, Louisiana.. The requirement consisting of the following Name Brand or Equal products that includes but not limited to: 378 Handicare A450 Manual Traverse w/ Load Cell part number 324202 or equal overhead ceiling lift motors with following salient characteristics: Lift Motor: 24 VDCSafe Working Load: 450 pounds Max Unit Weight: 24 pounds Hand Control: Digital Charger Input: 100-240 VAC 0.5 Amps, 50-60 Hz Charge Output: 24 VDC, 1.33 Amps Lifting Range: Up to 96 inches 378 Trolley Assemblies (Handicare part number 440550 or equal) with following salient characteristics: Maximum load capacity: 450 pounds Manual assembly 378 carry bars (Handicare part number 360935 or equal) with following salient characteristics: Minimum 525mm Length Bull Horn Connector with strap 756 Universal disposable slings compatible with carry bars installed with the following characteristics: Shall be of the same manufacturer as contractor Supports a minimum of 625 pounds 126 Small Slings (Handicare part number 547050 or equal) 252 Medium Slings (Handicare part number 547060 or equal) 252 Large Slings (Handicare part number 547070 or equal) 126 X-Large Slings (Handicare part number 547080 or equal) Integrated head support Disposable/single time use material 4. Place of Performance: Southeast Louisiana Veterans Health Care System (SLVHCS) 2400 Canal Street, New Orleans, LA 70119 5. Responses Requested: The MEDVAMC requires all the following information and questions answered in this RFI/SS: Questions and information that is not provided shall be considered nonresponsive to the Request for Information and contractor shall not be considered as part of the market research. a. Contractors shall provide their point(s) of contact name, address, telephone number, and email address; and the company's business size, and SAM Unique Entity Identification Number. b. Is your company a small business, SDBs, HUBZone, or 8A concern? Please provide proof of qualifications. c. Is your company considered small under the NAICS code 339112? d. Do you (Contractor) manufacture the product itself or a distributor of the items being researched above? e. Are you an authorized distributor/reseller? Provide evidence from original equipment manufacturer (OEM). f. Do you (Contractor) supply a product manufactured by another domestic small business, if it is a nonmanufacturer? g. Do you (Contractor) supply the product of any sized manufacturer if SBA has granted a waiver to the nonmanufacturer rule? h. Is your (Contractor) Buy American Certificate completed in SAM? Please provide evidence with response. i. Is your (Contractor) Trade Agreement Certificate completed in SAM? Please provide evidence with response. j. Information for the name brand or equal product being requested, is it manufactured outside the US-Domestic non-available? k. Information for the name brand or equal product being requested, is it a foreign manufactured end product under the trade agreement? l. What is your schedule of delivery after receipt of order for the name brand or equal product? m. For the name brand or equal product required, Is your company available under any; Government Wide Agency Contract (GWAC) General Services Administration Schedules (GSA) Indefinite Delivery Indefinite Quantity (IDIQ) Blanket Purchase Agreement (BPA) If so, please list the contract number for name brand or equal product. n. Provide descriptive literature demonstrating ability to meet all of the requirement/salient characteristics listed if other than brand name product is being offered. Please provide list of contracts for commercial, federal, state, and local governments. Listed contracts shall provide communication on the government requirement illustrating the capability for comparison. to the name brand or equal product meeting the specific requirements per the draft Statement of Work. o. Contractors shall provide an estimated industry pricing for name brand or equal product for market research and budgetary purpose. 6. Opportunity: The MEDVAMC, is seeking information from potential contractors on their ability to provide this service. THIS IS A SOURCES SOUGHT FOR REQUEST INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this Sources Sought in order to assist the MEDVAMC in determining potential levels of competition available in the industry. Contractor shall possess the capability to provide all requirements and objectives. 7. Instructions and Response Guidelines: Sources Sought responses are due by May 12, 2022 at 10:00 am (CST) via email to anthony.marion2.gov. All Questions shall be submitted by May 9, 2022 at 12:00 pm (CST) via email to anthony.marion2.gov. Telephone requests or inquires will not be accepted. Public Information will not be provided and shall be utilized to the full extent possible. This a New Requirement. The subject line shall read: 36C25622Q0873 -RFI-Sources Sought- Ceiling lift Motor Removal, Replacement, Reinstallation, and Reconnection - SLVHCS. NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 5(a) - 5(o). Please provide the information you deem relevant in order to respond to the specific inquiries of the Sources Sought. Information provided will be used solely by MEDVAMC as ""market research"" and will not be released outside of the MEDVAMC Purchasing and Contract Team. This Sources Sought notice does not constitute a Request for Proposal (RFP), Invitation for Bid (IFB), or Request for Quotation (RFQ), and it is not to be construed as a commitment by the Government to enter into a contract, nor will the Government pay for the information submitted in response to this request. All information contained in this Sources Sought is preliminary as well as subject to modification and is in no way binding on the Government. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. If a solicitation is released, it is will be synopsized on Contracting Opportunities (https://beta.sam.gov/) website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this Sources Sought, or future RFP/RFQ. 8. Contact Information: Contract Specialist, Anthony Marion Email address: anthony.marion2@va.gov Your responses to this notice are appreciated. THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE QUOTES/PROPOSALS; however, any firm that believes it can meet the requirements may provide answers, responses and give written notification prior to the response due date and time. Supporting evidence and responses must be furnished in enough detail to demonstrate the ability to perform the requirements.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6c33aa52d7f046fc936eac8143501f7d/view)
- Record
- SN06316252-F 20220505/220503230111 (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 |