SOURCES SOUGHT
65 -- Ultrasound Table Biodex Brand Name or Equal to
- Notice Date
- 4/1/2024 3:58:54 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
- 36C26024Q0461
- Response Due
- 4/5/2024 10:00:00 AM
- Archive Date
- 05/05/2024
- Point of Contact
- Maureen Sundstrom, Contract Specialist, Phone: 253-888-4935
- E-Mail Address
-
Maureen.Sundstrom@va.gov
(Maureen.Sundstrom@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 6 of 6 *= Required Field Sources Sought Notice Page 1 of 4 THIS IS A SOURCES SOUGHT NOTICE ONLY. 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, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), other Small Businesses interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE in support of the Roseburg VA Healthcare System, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. 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. 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 items listed below. 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 Small Business Administration VetCert Registry located at https://veterans.certify.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 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 of the item and those 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. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. 8) Please identify the country of origin for all items. 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 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. Delivery address: Roseburg VA HealthCare System 913 NW Garden Valley Blvd Roseburg, OR 97470 Items: Brand Name or Equal to: Biodex QUANTITY MANUFACTURER PART # DESCRIPTION PRICE 1 058-726 Biodex Econo Ultrasound Table 115 VAC 1 058-633 Biodex Folding Side Rails 1 058-652 Biodex Retractable Stirrups 1 058-736 Biodex Vascular Articulating Scanning Arm Board 1 058-738 Biodex Headrest TOTAL Salient Characteristics: Equipment/Supply/Instrument Dimensions Overall 70"" L x 30"" W, 35 with side rails Drop down leg section 12.6 long Tabletop: Must have Table top with 3 sections: Torse with Fowler Position, Center remains fixed, Leg section with drop down to 40 and 80 degrees for stirrup access Must have Antimicrobial mattress with topcoat for protection against bacteria Motions: Must have Height Adjustable: 23"" to 39"" Must have Cardiac drop-down cushion to allow for release and return from either side of table Must have Motorized Height, Fowler positioning, Trendelenburg motions, and auto-level adjustment Must have Fowler positioning, 0 to 80 degrees to accommodate natural body extension and sitting position without slide or shift Must have Flush-mounted folding side rails for unimpeded patient access Must have Hand control to activate table positions Must have Foot control 5 individual locking swivel casters Capacity: Must have 500 lb. or greater patient capacity Must Accommodate bariatric patients and wheelchair transfers Power Requirements Must have Power 115 VAC Other Open chassis design Must be able to attach to IV pole Must have Central floor locking system Must have Stirrups and must be retractable Must Meet Certifications: ETL and cETL Listed to UL60601-1 and CAN/CSA C22.2 No. 601.1-M90 and EN60601-1 standards Must have Warranty If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Maureen.Sundstrom@va.gov by 10:00 AM PST on April 05, 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/abbd6424aa414073b4e52e55cc7170f9/view)
- Place of Performance
- Address: Roseburg VA Healthcare System 913 NW Garden Valley Blvd, Roseburg, OR 97470, USA
- Zip Code: 97470
- Country: USA
- Zip Code: 97470
- Record
- SN07016046-F 20240403/240401230048 (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 |