Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 08, 2025 SAM #8503
SOURCES SOUGHT

65 -- NX EQ Stretcher Chairs Non-Powered (VA-25-00057242)

Notice Date
3/6/2025 11:28:21 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G) FREDERICKSBURG VA 22408 USA
 
ZIP Code
22408
 
Solicitation Number
36C10G25Q0063
 
Response Due
3/20/2025 7:00:00 AM
 
Archive Date
06/27/2025
 
Point of Contact
Anthony Zibolski, Contracting Officer, Phone: 240-215-0598
 
E-Mail Address
anthony.zibolski@va.gov
(anthony.zibolski@va.gov)
 
Awardee
null
 
Description
1.0 DESCRIPTION THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The Department of Veterans Affairs (VA) Strategic Acquisition Center (SAC) is issuing this Sources Sought Notice in accordance with the FAR 10.002(b)(2) as a means of conducting market research to identify qualified sources with the capability and the resources to meet the Veterans Health Administration s (VHA) Non-Expendable Equipment National Program requirement for Stretcher Chair Non-powered. The SAC in conjunction with VHA is seeking a qualified source to supply brand name Stryker Stretcher Chair Non-powered or Equal stretcher chair on an agency-wide basis. VA intends to award a single Requirements Contract with Firm-Fixed Price (FFP) orders IAW FAR 16.503, Requirements Contract to a supplier of this equipment. Vendors will be required to deliver stretcher chairs non-powered to VA medical centers and facilities throughout the United States. The anticipated period of performance is for one 12-month base period with four 12-month option periods from the date of award. However, the Government's decision as to whether to continue with the contract, upon annual review, will be based upon successful performance during each previous year and continued need. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 Surgical Appliance and Supplies Manufacturing and the associated size standard is 800 employees. Submissions for this sources sought shall include the Notice ID in the email subject line and be submitted by email no later than the date and time listed in this announcement to Anthony.Zibolski@va.gov. This notice is for planning purposes only and does not constitute a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this notice. There is no solicitation available at this time. 2.0 SCOPE OF WORK The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Stretcher Chair Non-powered product line as a candidate for a VA-wide (otherwise referred to as national ) single award Requirements contract. Stretcher Chairs can be converted from stretcher to chair (i.e., wheeled chairs) and back to a stretcher without transferring the patient. Typically, these devices can adjust to several different positions between a stretcher (horizontal platform) and a chair with a fully vertical back section. Most models also permit vertical height adjustment when used as stretchers. Stretcher chairs are used to decrease the need for patient transfers between examination, treatment, surgery, and discharge. These stretchers are ideal for smaller spaces. The Contractor must demonstrate the ability to meet all requirements for the solicitation. The objective is to provide brand name Stryker Stretcher Chair non-powered or equal stretcher chair non-powered to be used by clinicians throughout the VA medical centers and facilities. The period of performance is for a base of 12-months with four 12-month option periods. The following Contract Line items are being considered: Item# MFG. Part Number Description Estimated Quantities for base period through option year 4 BASE 1 2 3 4 1 Stryker 5050000000 Stretcher Chair 100 100 100 100 100 2 Stryker 5050243000 3"" x 24"" Ultra Comfort Mattress Set 100 100 100 100 100 3 Stryker 0390025010 Removable IV pole 100 100 100 100 100 4 Stryker 5050075000 Tethered IV pole 50 50 50 50 50 5 Stryker 1010077000 Full Restraint Strap Package 50 50 50 50 50 The following Salient Characteristics apply to CLIN 0001: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 1 Has weight capacity of 325 lbs or greater Literature Review SC 2 Able to position: Upright seated; Laying flat; Trendelenburg; Reverse Trendelenburg Literature Review SC 3 Has option for: IV Pole; patient safety strap or restraint Literature Review SC 4 Integrated push bar or handle Literature Review SC 5 Adjustable Foot section; can be moved dependently independently of backrest. Literature Review SC 6 Padded swing-down siderails Literature Review SC 7 Has the following wheel features: four-wheel brakes; Steer mode Literature Review The following salient characteristics apply to CLIN 0002-0005: SC # SALIENT CHARACTERISTICS METHOD OF EVALUATION SC 8 Must be compatible with CLIN 0001 Literature Review For each product (brand name and part number), the response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics (SC) specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Full name and address of company. SAM Unique Entity Identifier (UEI). Business Size. Manufacturer or Distributor: If distributor provide full name, business size and address of manufacturer. If distributor, provide evidence that your firm is an authorized distributor for the manufacturer of the products proposed. Country of Origin designation for all products proposed. Ability to provide uninterrupted supply of products on a national scale. Technical Literature that clearly shows product(s) meet the identified salient characteristics and page numbers where each salient characteristic is met. Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Item pricing information of products, inclusive of flat rate shipping. Include any quantity discounts, noting at what level of quantity ordered should the Government expect tiered price reductions, if any. NOTE: In order for the Contracting Officer to determine whether a set-aside can be pursued, it is essential to provide pricing information. Without this information, the Contracting Officer will be unable to assess whether there is a reasonable expectation of receiving fair and reasonable pricing from socio-economic concerns. Does your firm have any subcontracting opportunities for this equipment? Identify any federal contracts vehicles held by your firm that provides this equipment. Are there any further standards or criteria VA should consider in a procurement action for this equipment? Are the Government s specifications unduly restrictive? Any additional information the Government should know prior to issuing a solicitation. Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/27952c292eb04950b7bdde90d80c4bd6/view)
 
Place of Performance
Address: Nationwide
 
Record
SN07364252-F 20250308/250307152955 (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.