Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 21, 2025 SAM #8577
SOURCES SOUGHT

65 -- Patient Transport Chairs

Notice Date
5/19/2025 9:53:37 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0907
 
Response Due
5/27/2025 10:00:00 AM
 
Archive Date
06/26/2025
 
Point of Contact
Melissa Ramirez, Contract Specialist
 
E-Mail Address
Melissa.Ramirez8@va.gov
(Melissa.Ramirez8@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI 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 RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing patient transport chairs and accessories equivalent to Staxi Ranger Chair model# RA010-O-CC. STATEMENT OF WORK General VA San Diego Healthcare System located at 3350 La Jolla Village Drive San Diego CA 92161 has a requirement for patient transport chairs equivalent to Staxi Ranger Chair model# RA010-O-CC with the following required salient characteristics. Equipment will be used to provide transportation to patients and residents within the medical facility. Scope VA San Diego Healthcare System is looking to replace current chairs that are now considered hazardous, with safer transportation that is able to meet the VA seismic criteria and meet VHA standards for patient safety. The contractor is required to provide brand name or equal equipment that meets or exceed the physical, functional, and performance of the listed salient characteristics in this section. Additionally, equipment must be fully built along with installation of additional parts listed and be fully operational condition upon receiving. Requirements/Salient Characteristics CLIN 0001 Staxi Ranger Chair model# RA010-O-CC or equal Quantity: 72EA Must have a design suitable for up to 800 lbs of weight capacity to accommodate patients. Must not exceed a total width of 32.5 inches to allow access to the narrowest of door thresholds. Must have armrest and footrest with lifting capability. Must come with a cushion and cushion security clip to provide additional support and comfortability. Must have braking system equipped for the transporter to engage the brake prior to and throughout transportation. Must have an anti-tip mechanism to provide extra security. Must have nesting capability to store multiple transport chairs with small physical footprint. Must have a seat width greater than 20 inches. Must be equipped with a luggage rack for conveniently transporting patient belongings. Must come with oxygen tank holder to securely transport oxygen tanks. Must come with security pole to provide additional visibility during transportation. Warranty of Equipment Government requirement for standard manufacturer industry warranty term. The government does not accept extended warranties, which require advance payment. Deliverables Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non-responsive and not considered for award. For equal to items, the contractor is allowed to create additional line items on feature/accessories and provide pricing in order to meet the salient characteristics. No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM. Delivery Location: VA San Diego Healthcare System 3350 La Jolla Village Drive San Diego CA 92161 Delivery Schedule Hours of operations: Mon-Fri / 8:00am -4:00pm The list of patient transport chairs characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SOW requirements. For instances where your company cannot meet the SOW requirement(s), please explain. For instances where your company can meet the SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SOW? (6) 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). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? (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) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the non-manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, May 27th, 2025, by 10:00 AM Pacific Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f8bbf1cc85344e078cd5b9f5278b37d9/view)
 
Place of Performance
Address: Department of Veterans Affairs VA San Diego Healthcare System 3350 La Jolla Village Drive, San Diego 92161
Zip Code: 92161
 
Record
SN07448336-F 20250521/250519230046 (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.