Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2025 SAM #8480
SOURCES SOUGHT

65 -- 691 | CEILING PATIENT LIFT

Notice Date
2/12/2025 11:03:31 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
RPO WEST (36C24W) MCCLELLAN CA 95652 USA
 
ZIP Code
95652
 
Solicitation Number
36C24W25Q0055
 
Response Due
2/17/2025 2:00:00 AM
 
Archive Date
03/19/2025
 
Point of Contact
Erica Perry-Johnson, Contract Specialist, Phone: 702-791-9000
 
E-Mail Address
erica.perry-johnson@va.gov
(erica.perry-johnson@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 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 6 DESCRIPTION THIS SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS SOURCES SOUGHT NOTICE IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This sources sought notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this sources sought notice that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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 sources sought notice. SOURCES SOUGHT NOTICE DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought notice only. The purpose of this Sources Sought notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this Sources Sought notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may be published. Responses to this Sources Sought notice synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), Regional Procurement Office West (RPOW), is seeking sources who can possibly provide Waste Disposal Unit that at a minimum meet the brand name and/or can possibly provide an equal product for VA West Los Angeles Healthcare Center. Brandname Information: Manufacturer & Part Number: Lift System, Overhead, Bariatric Guldmann GH3+ (1ea) CEILING PATIENT LIFT, GH3+ 770 LBS ROOM COVERING SYSTEM - GH3+ Guldmann (Brand Name or Equal) Possible Capabilities: Must be a ceiling mounted hoist system Must be capable of hand control or infrared (IR) remote control modes Must have built-in power source and rapid recharging Must be capable of smooth starts and stops as well as near-silent gliding movement Must have dual-speed capability Must have built-in safety system, including (but not limited to) emergency stop and lowering Must have ergonomically correct control unit that is comfortable and intuitive to use Must be a modular design that can be altered or extended in the future Must be compliant with industry standards Must have a minimum lifting capacity of 880lbs per single strap Must be capable of lift speeds between 2.2 inch/sec and 3.9 inch/sec Must be capable of fully charging within maximum of 4 hours Must include Module function for integrated dynamic weight relief up to 220.46lbs (100 kg) Must include integrated scale with weight displayed on hand control Must include Service Module indicating when and where the next service check is due. Power requirement: 100-240 VAC 50-60 Hz Dimension: 22 D x 22.75 W x 114.75 H (2ea) CEILING LIFT HARDWARE (1 JB) CEILING LIFT INSTALLATION TRAINING: Contractor is to provide a one-time training at installation of equipment. Government will not require additional training. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment. Delivery 30 days ARO If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified in this Sources Sought notice? (3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) 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? (6) 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. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) 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. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items"" meet all the salient characteristics. (13) Please review salient characteristics and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to erica.perry-johnson@va.gov. Telephone responses will not be accepted. Responses must be received no later than Monday, February 17, 2025, by 2:00 PM PST. All responses to this Sources Sought notice will be used for planning purposes only. If a solicitation is issued as a result of the information provided from these sources sought notice, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e39fe49015134418b7c87505e79b2fa2/view)
 
Place of Performance
Address: Department of Veteran Affairs West Los Angeles, CA VA Antelope Valley CBOC 44439 17th St. W. Lancaster, Lancaster 93534, USA
Zip Code: 93534
Country: USA
 
Record
SN07341372-F 20250214/250212230038 (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.