Page 1 of 5
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Business Service Disabled Veteran Owned Small Businesses and Veteran Owned Small Businesses (SDVOSB/VOSB) interested and capable of performing the work. Be advised, priority is given to Service Disabled Veteran Owned Small Businesses.
2. The CLASSIFICATION CODE for this requirement is: 65 -- Medical, dental & veterinary equipment & supplies
NAICS Code: 339 -- Miscellaneous Manufacturing/339113 -- Surgical Appliance and Supplies Manufacturing
3. Interested and capable Contractors should respond to this notice not later than 2:00 pm (CST) on 04/10/2017 by providing the following via email only to Joey Grismore, Contracting Officer, at joey,
[email protected].
Please present your organization below:
Company Name:
DUNS Number:
Address:
Point of Contact Name:
Phone No:
Email:
Business size information
Select all that applies:
o Small Business
o Emerging Small Business
o Small Disadvantaged Business
o Certified under Section 8(a) of the Small Business Act
o HubZone
o Woman Owned
o Certified Service-Disabled Veteran Owned Small Business (registered in VetBiz.gov)
o Veteran Owned Small Business (registered in VetBiz.gov)
FSS/ GSA Contract Holder
Yes No
FSS/ GSA Contract Number
Effective Date / Expiration Date
(b) Please provide a capability statement that addresses the organization s qualifications and ability to perform as a contractor specifically for the work described in paragraph 5 below. Respondents are also encouraged to provide specific examples (e.g. contract number, point of contact information) of the Contractor s experience providing the same or similar supplies/services to that described in paragraph 5 below.
4. SDVOSB/VOSB respondents.
(a) If respondent is VOSB or SDVOSB, respondent is REQUIRED to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause.
(b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, ç 125.6 the prime contractor's limitations on subcontracting are as follows:
(1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
Please indicate if you would utilize a subcontractor in performing the requirement and supply the information below. Yes No
The results of this market research will assist in the determination if a set-aside is in the best interest.
5. Product Description:
The Michael E. DeBakey VA Medical Center (MEDVAMC), Houston Texas has the following BRAND NAME requirement for the Berchtold Operon OR D830 surgical tables.
Contractor shall have experience with the above brand to include maintenance support and installation.
Please review the attached draft Product Description (PD). Feel free to provide comments on the proposed requirement and provide suggestions that may improve the outcome of this requirement. Forward your questions to Joey. Grismore, at
[email protected] .
6. Please note that if VA s pending market research establishes that two or more VOSB or SDVOSB, who are certified in VA s Vendor Information Pages (VIP) site https://www.vip.vetbiz.gov/, can perform the services, VA will set aside the underlying solicitation per 38 U.S.C. ç8127.ÃÂ
7. All Offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.
--End of Sources Sought Announcement
MICHAEL E. DEBAKEY VETERANS AFFAIRS HEALTHCARE SYSTEM
Berchtold Operon OR D830 Surgical Table
CONTRACT TITLE:
Berchtold Operon OR D830 Surgical Tables
BACKGROUND:
The Michael E. DeBakey VA Medical Center (MEDVAMC), Houston Texas has the following BRAND NAME requirement for the Berchtold Operon R D830 surgical tables to replace equipment at the end of its life cycle.
GENERAL SCOPE:
The contractor shall provide all necessary supervision, labor, materials, equipment and tools to provide (7) Berchtold Operon R D830 surgical tables with accessories, installation services and applicable warranty preventative maintenance, at the Michael E. DeBakey VA Medical Center, 2002 Holcombe Blvd, Houston, TX 77030.
EQUIPMENT SPECIFICATIONS:
QTY
U/M
MFR BRAND
PRODUCT #
DESCRIPTION
BERCHTOLD OPERON SURGICAL TABLES
7
EA
STRYKER
OT 8302075
OPERON D 830 US SEAT, CFK
7
EA
STRYKER
OY 7500009
PAD SET 4" D8/7XX
14
EA
STRYKER
OZ 7504175
ARMBOARD, STD, TRIGGER W/PAD+STRAP (1EA)
7
EA
STRYKER
OZ 7516175
QUICK CLAMP FLAT BLADE (US)
7
EA
STRYKER
OZ 7500975
BODY RESTRAINT STRAP, PADDED
7
EA
STRYKER
OZ 7533175
4" FOAM PAD TRIGGER ARMBOARD
7
EA
STRYKER
87395
POWER CORD, B850
7
EA
STRYKER
OZ 1706275
HEAD SECTION D850 W/SIDE RAIL NO PADS
7
EA
STRYKER
OZ 1705275
BACK PLATE D850 W/RAILS W/OUT PAD
7
EA
STRYKER
OZ 1705975
LEG PLATE 20" D850/D750 CARBON FIBER US
ISUITE INSTALLATION AND SERVICE
7
EA
STRYKER
INSTALLATION CHARGE FOR OPERON TABLES
7
EA
STRYKER
OPERON D-SERIES - 2 YEAR PREVENT (NEW)
Installation
Vendor shall be capable and is required to perform full assembly, installation and make ready for use all equipment within _10 days__of delivery of product.
Warranty and Support:
All parts, installation and services shall at a minimum be include contain in the base price for at a minimum of (1) one year at no additional cost to the government.
Additional Warranty Service
OPERON D-SERIES - 2 YEAR PREVENT (NEW)
Bid Protests Not Available