SOURCES SOUGHT
65 -- MTI 464 Exam/Procedure Chair (Delivery for VA Pittsburgh) This is Brand Name Only. This is not a request for quotes.
- Notice Date
- 1/11/2023 4:58:51 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24423Q0324
- Response Due
- 1/18/2023 1:30:00 PM
- Archive Date
- 04/18/2023
- Point of Contact
- Allan Tabliago, Contract Specialist, Phone: 215-823-5800
- E-Mail Address
-
allan.tabliago@va.gov
(allan.tabliago@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 6. MTI 464 Exam/Procedure Chair, Swivel Base, 100-240V (Brand Name Only) INTRODUCTION/BACKGROUND: The all-new MTI 464 Series Chairs are ADA compliant using the transfer support, providing easy patient ingress/egress, and equal access for patients and caregivers with disabilities. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Pittsburgh VA Medical Center hereby referred to as the Pittsburgh VAMC, is requesting the Brand Name Only acquisition of the following: Six (6), 464 Exam/Procedure Chair, Swivel Base, 100-240V MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See Paragraph 3.4 Table 1 for requirement Salient Characteristics for Brand Name Only MTI 464 Exam/Procedure Chair ADA Compliant chairs and tables meet the 17"" 19"" entry height and all other ADA requirements. Transfer Support is ambidextrous, rotates 180 degrees, and meets all ADA requirements. ComfortSync Synchronous Footrest movement Have a power lift and power backrest, which are coordinated with the footrest. Power tilt to 30° for a superior patient contouring and up to 20° of Trendelenburg. 30% faster power lift ADA Compliant 18.75 entry height with flip-up footrest and padded surface. ComfortSync maintains the position of the foot plate at 90° as the backrest reclines and footrest extends to maximize patient comfort and security. The footrest then lays flat once the patient is sufficiently reclined. EasyView Sealed Membrane Hand Controls-Chair back mounted membrane switches are visible even when in the reclined position. EasyView allows control over all chair actuations including memory positions and 333° of swivel base functionality at the touch of a button. Oval Articulating Headrest-MTI's convenient 1/4-turn articulating headrest adjusts and locks firmly into the ideal position in just seconds. The right combination of headrest height and articulation provides ultimate comfort and security for a patient of any size. Heavy-Duty Construction- MTI's sleek and stylish outer design conceals a welded steel frame with strength that is unsurpassed in the industry, supporting a patient capacity of 725 lbs. Its maintenance-free joints and low-voltage DC motors provide smooth, quiet, and quick transitions from one position to the next. Hibernate-After 60 minutes chair sleeps to save energy Home-ADA Compliant Home and programmable home positions Memory-Four (4) dynamic user-programmable buttons Movement-Removable Slide Back, Patient Arms, Compensate with Backrest Movement Safety-Smart Safety technology helps keep the chair in safe positions Soft Start-Technology providing smooth start and stop movements Speed-Ultra Quiet low voltage DC motors provide speed and power Swivel-Auto-Lock and Lock/Unlock Electronic swivel settings (configurable) Universal-Universal power supply for 100 240-volt applications Upholstery-Quick Installation and Removable for Easy Cleaning and Replacement Backrest-ultra-thin & tapered Controls: Dual EasyView chair back-mounted membrane hand switches with LED indicators Patient Arms: Slide-back, floating Leveling Glides: Built-in G2 Accessories: plug-and-play accessories Technical Specifications Low Voltage Motors: power lift, back, tilt, and backrest coordinated with footrest featuring ComfortSync Height: 18.75 -37 Length: 78 plus an additional 7 headrest extension Width: 21 Backrest: tapered Base: swivel (333°) Patient Load Capacity: 725 lb. Table 1 Item No. Part No. Description Qty 0001 464-002-80 464 Exam/Procedure Chair, Swivel Base, 100-240V 6 0002 130-2468-00-250 Uph Kit, Seamless 464/463-Premium Color Option: Slate 6 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Scott Deluisio Phone Number: 412-360-3508 Email: scott.deluisio@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Pittsburgh (646). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than, 16:30 PM Eastern Standard Time (EST) on January 18, 2023. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. 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. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c386e889d76c4555b8d2a57448fc722b/view)
- Place of Performance
- Address: Department of Veterans Affairs Pittsburgh VAMC-University Drive University Dr. C, Pittsburgh 15240, USA
- Zip Code: 15240
- Country: USA
- Zip Code: 15240
- Record
- SN06562266-F 20230113/230111230111 (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 |