Oregon Bids > Bid Detail

6515--Ultrasound Table Biodex Brand Name or Equal to

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159631038702585
Posted Date: Apr 2, 2024
Due Date: Apr 5, 2024
Solicitation No: 36C26024Q0461
Source: https://sam.gov/opp/abbd6424aa...
Follow
6515--Ultrasound Table Biodex Brand Name or Equal to
Active
Contract Opportunity
Notice ID
36C26024Q0461
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 01, 2024 03:58 pm PDT
  • Original Response Date: Apr 05, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 05, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Roseburg VA Healthcare System 913 NW Garden Valley Blvd Roseburg , OR 97470
    USA
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.
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 01, 2024 03:58 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >