Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2025 SAM #8606
SOURCES SOUGHT

65 -- Dolphin Fluid Immersion Simulation System

Notice Date
6/17/2025 9:32:46 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98661 USA
 
ZIP Code
98661
 
Solicitation Number
36C26025Q0656
 
Response Due
6/24/2025 3:00:00 PM
 
Archive Date
07/09/2025
 
Point of Contact
Jazir Fahim, Phone: 9072013903
 
E-Mail Address
jazir.fahim@va.gov
(jazir.fahim@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
SOURCES SOUGHT NOTICE THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of the Spokane VA Healthcare System, is performing market research to compile data regarding: (1) The availability and capability of qualified small business concerns; (2) Identify if there are enough qualified Service-Disabled Veteran-Owned Small Business, Veteran Owned Small Business, HUB Zone 8(a), Women-Owned Small Business, or Small Disadvantaged Business, Small Business concerns relative to the subject North American Industry Classification System (NAICS) code. Responses to the information requested will assist the Government in determining the appropriate procurement method, including any set aside decision. Respondents should clearly describe their capabilities to include management experience, equipment and personnel or the ability to obtain them. Furthermore, interested sources must also meet all requirements of Federal, State, and Local Municipal codes regarding operations of this type of service. The NAICS code assigned is: 339113 � Surgical Appliance and Supplies Manufacturing The small business size standard is 800 or fewer employees. Not responding to this Sources Sought does not preclude participation in any future or potential solicitation, or Request for Quotation. It is the intent of the Portland VA Healthcare System to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contract Opportunities on Sam.gov. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs, Network Contracting Office 20, is seeking sources that can provide Dolphin Fluid Immersion Simulation. An equal brand product will be considered as long as it has the same characteristics as listed below: We need fluid immersion mattresses that will provide state of the art pressure redistribution by simulating the body immersed in a fluid medium. The mattress should automatically measure the specific characteristics of the individual patient as they engage the support surface creating an individualized immersion profile that creates a near neutral buoyant state. The mattresses will need to have the technology that reduces soft tissue distortion and promotes blood flow, creating a platform that is highly effective for the prevention and healing of pressure ulcers through Stage IV, as well as treating patients with post-operative flaps and grafts. Patients whose medical condition precludes turning and repositioning, as well as spinal cord injury may use and benefit from this type of mattress. Must automatically adjust to each patient�s weight, surface and turning and repositioning. Twelve-hour battery life is a must have feature for active therapy and patient transfer. Mattress will need to maintain normal blood flow and minimize soft tissue deformation. It will need to fit existing bed frames, including ICU, Med/Surg, and Bariatric. Dimensions must be 35� (W) x 82 x 10� (L) The information above is intended to be descriptive, not restrictive, to indicate the quality of equipment that will be satisfactory. It is the responsibility of the interested source to demonstrate to the Government that the interested source can provide equipment that fulfills the required specifications. POTENTIAL SOURCES SHALL PROVIDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) [ ] yes [ ] no Are you the Original Equipment Manufacturer (OEM)? [ ] yes [ ] no If not the OEM, are you an authorized distributor, and can produce a letter from the OEM? [ ] yes [ ] no Is this product available on your GSA/FSS or other GWAC Contract? If so, what is your contract number? _____________________ [ ] yes [ ] no Does your equipment conform to the Buy American Act and FAR 52.225-1? 52.225-1 Buy American-Supplies | Acquisition.GOV What is the estimated Delivery Date After Receipt of Order (ARO)? _____________ Please include the following information: Company Name: POC: UEI: Address: Email: In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Disclaimer: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. After review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (http://www.fbo.gov).Submit Capability Statements to: Department of Veterans Affairs, VISN 20 Attn: Jazir Fahim, no later than 2:00 PM (AKST), June 24, 2025. Responses must be submitted via e-mail to: jazir.fahim@va.gov. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/dc55f1760c334d01a3c127ebd8d6c577/view)
 
Place of Performance
Address: Spokane, WA 99205, USA
Zip Code: 99205
Country: USA
 
Record
SN07481538-F 20250619/250617230056 (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.