SOURCES SOUGHT
65 -- ENT Exam/Procedure Chair CS: Tracy Heath
- Notice Date
- 3/8/2024 12:28:30 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26024Q0382
- Response Due
- 3/14/2024 3:00:00 PM
- Archive Date
- 04/13/2024
- Point of Contact
- Tracy Heath, Contract Specialist, Phone: 253-888-4903
- E-Mail Address
-
tracy.heath@va.gov
(tracy.heath@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT NOTICE This is a Sources Sought NOTICE (SSN) ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. This source s sought is part of Market Research and is intended to determine all possible sources and those capable of fulfilling the requirement in accordance with the Statement of Work and Salient Characteristics. Responses received from interested contractors will assist the Government in determining the appropriate acquisition method. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 339113 (Surgical Appliance & Supplies Manufacturing). The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 800 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below. 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this source s 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 VetCert Registry located at Veteran Small Business Certification (sba.gov). 5) If not a manufacturer, only authorized representatives/providers/distributors 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) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal to requirement. Please identify manufacturer name (OEM) and manufacturer part number, as well as any warranty information. Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination. Please provide the country of origin. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at www.sam.gov or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or equal to Request for Information/Sources Sought Notice. Requirements: Statement of Work (SOW) Title of Project: The Portland VA Health Care System ENT Department requires the purchase of exam/procedure chairs. Scope of Work: The vendor shall provide all resources necessary to accomplish the deliverables described in this statement of Work (SOW), except as may otherwise be specified. Background: The Portland VA Health Care System, Portland, OR ENT department has expanded services and requires additional exam/procedure chairs. Type of Contract: Firm-Fixed Price General Requirement: The Portland VA Health Care System has a requirement for four (4) exam chairs and one (1) procedure chair for the ENT Department. This will be a Brand Name or Equal to Medical Technology Industries (MTI) procurement. Salient Characteristics: (Qty 4) Exam/Procedure Chair Brand Name or Equal to MTI 464 with color option Midnight Blue: Seat Height: 18.75 - 37"" Swivel Base Seat Width: 21"" Programmable Positions: 4 Program Buttons + Programmable Home Patient Capacity: 725 lbs. Base Options: ADA Compliant 333° Swivel Leg Rest/Footrest: Coordinated Footrest Flip-Up Footrest Removable Upholstery: Seamless Patient Arms: Floating Arms Control Choices: Hand Switches Headrest: Oval Articulating Functions: Power Back w/Coordinated Foot Power Foot Extension Power Lift Power Tilt ADA Compliant Complies w/regulation 36 CFR Part 1195 Standards for Accessible Medical Diagnostic Equipment and 2010 ADA Standards for Accessible Design EasyView Side Mounted Hand Switches EasyView chair back mounted membrane switches ComfortSync The synchronous ergonomic movement of the chair as it moves from position-to-position. Hibernate After 60 minutes chair sleeps to save on energy Memory 4 Dynamic user programmable positions Movement Removable slide back patient arms compensate with backrest movement. Safety Safety Lockout Safe Zones and Collision Avoidance System help keep the chair in safe positions. Speed and Power Ultra-quiet DC motor lift Universal power supply for 100-240 volt applications (Qty 1) Exam/Procedure Chair Brand Name or Equal to MTI 829 with Color Option Midnight Blue: Seat Height: 18.75 - 37"" Mobile Base 18.75 - 37"" Swivel Base 18.75 - 39"" Std Base Seat Width: 22"" Programmable Positions: 4 Program Buttons + Programmable Home Patient Capacity: 725 lbs. Base Options: ADA Compliant 333° Swivel ADA Compliant Mobile ADA Compliant Standard Removable Upholstery: Designer Plush Seamless Patient Arms: Floating Arms - Color Option Midnight Blue Control Choices: Foot & Hand Control Leg Rest/Footrest: Knee Break Legrest w/7"" Power Foot Extension Headrest: Oval Articulating Functions: Power Back Power Foot Power Foot Extension Power Lift Power Tilt ADA Compliant Complies w/regulation 36 CFR Part 1195 Standards for Accessible Medical Diagnostic Equipment and 2010 ADA Standards for Accessible Design EasyView Side Mounted Hand Switches EasyView chair back mounted membrane switches ComfortSync The synchronous ergonomic movement of the chair as it moves from position-to-position. Hibernate After 60 minutes chair sleeps to save on energy Memory 4 Dynamic user programmable positions Movement Removable slide back patient arms compensate with backrest movement. Safety Safety Lockout Safe Zones and Collision Avoidance System help keep the chair in safe positions. Speed and Power Ultra-quiet DC motor lift Universal power supply for 100-240 volt applications Delivery: Contractor shall complete delivery of all equipment within 90 days of contract award. Equipment delivery to the Government site shall not take place on Federal holidays or weekends unless directed by the Contracting Officer (CO), Point of Contact (POC) or a representative of Biomedical Engineering. Federal holidays are: New Year s Day, Martin Luther King Jr. Day, President s Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, and Christmas Day. Bio-Medical Engineering will need to perform a safety check and enter the equipment into the system for annual Equipment/Preventive Maintenance (PM) checks. Packaging shall be marked to the attention of Biomedical Engineering and shall be delivered to the following address: Portland VA Health Care System Warehouse Delivery 3710 SW US Veterans Hospital Road Portland, OR 97239-2964 If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Tracy.Heath@va.gov by 3:00pm PST on March 14, 2024. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/556aaf709521401786e198792125851c/view)
- Place of Performance
- Address: Portland VA Health Care System Deliver to Warehouse 3710 Southwest US Veterans Hospital Rd., Portland, OR 97239, USA
- Zip Code: 97239
- Country: USA
- Zip Code: 97239
- Record
- SN06991347-F 20240310/240308230110 (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 |