Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 02, 2023 SAM #7737
SOURCES SOUGHT

65 -- DENALI 600 PATIENT LIFT

Notice Date
1/31/2023 4:19:36 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0236
 
Response Due
2/6/2023 3:00:00 PM
 
Archive Date
02/16/2023
 
Point of Contact
Frank E Gastelum, frank.gastelum@va.gov
 
E-Mail Address
frank.gastelum@va.gov
(frank.gastelum@va.gov)
 
Awardee
null
 
Description
The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified vendors. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to any social economic category vendor that is capable and authorized to fulfill this requirement. BOISE VAMC is seeking to procure Denali 600 Patient Lift or Equal to for use at their BOISE VAMC facility. A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories. Manufacturer and/or authorized distributors which can provide the following necessary item(s). Item(s) requested for market research purposes are brand name or equal:   DENALI 600 PATIENT LIFT OR EQUAL TO (MFG: WY'EAST MEDICAL CORPORATION (52400)) Must meet the below Salient Characteristics: Weight capacity of at least 600 lbs. or greater Lift must have self-locking low height castors of 4 and low base features to allow for clearance when transfer to gurneys Minimum lifting height of 8 ¾ for use in lifting patients up from floor High lifting height of 84 to allow safe transfer on to non-lowering surfaces and for extraction from high hearth vehicles Must have separate mask and lift strap spreader bar feature for transferring in and out of vehicle s which will be the primary function and from floor Removable hand control for easier control when using device as an ambulation trainer Powered leg open/close feature ensuring no need for unsafe manual kick out/in of legs Power driven mobility for greater stability on sidewalks and pavement areas reducing push-pull strain on caregivers Power lateral drive option for use as a lift to move patients up on bed/gurney surface Parking panel for sling bar to avoid swinging injury when positioning lift in place Must include 2 each lift wipeable slings that are of slick material to easily slip behind patient reducing push/pull force for sling placement Include 2 batteries with wall mountable charging station Emergency stop feature Analyzer must provide calculated parameters estimated plasma volume (ePV) and oxygen index (OI). Potential contractors shall provide, at a minimum, the following information to frank.gastelum@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339112. To be considered a small business your company must have fewer than 1000 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.   Response due date is 2/6/23 no later than 3:00pm PST. Please reply to frank.gastelum@va.gov No telephone inquiries will be accepted.     Delivery would be to: BOISE VAMC 500 West Fort Street Boise, ID 83702-4501
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/457856fe424c4cd48987e9d8bc22407c/view)
 
Record
SN06578516-F 20230202/230131230112 (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.