Responses to this RFI must be received no later than Thursday February 06, 2020 at 12:00 P.M.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER:
This RFI #36C26220Q0349 is issued solely for information and planning purposes only 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 DESCRIPTION:
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS codes 532490 (related). Responses to this source sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this source sought, a solicitation announcement may be published. Responses to this source sought synopsis are not considered adequate responses for a solicitation announcement.
REQUIREMENT
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office is seeking sources that can supply the VA Long Beach Healthcare (VALBHS) Hill-Rom Rental Bed Frames and Specialty Therapeutic Surfaces. Successful contractor shall provide VALBHS the specified brand name bedframes, mattresses and other specialty therapeutic services for use by patients. The VALBHS has provided a list of identified needs. The requirement will be met on an as needed and as requested basis and must always be available upon need for VALBHS use.
SALIENT CHARACTERISITICS
Item / Product
Item / Product Description
P0819A
ENVELLA BED
P0821A
ENVELLA BED W/TRAPEZE
P004651
MATTRESS SAE 36"X84" (RENTAL)
P005787
P500 THERAPY SURFACE
P0800010019
CLINITRON RITEHITE C-8 ASSY
P1384
48" BARI FRM W/FOAMMAT =<600LB
P1386
48" BARI FRAME W/ SAE AIR MATT
P1840RE100
TC BARIATRIC PLUS W/ FOAM
P1840RE200
TC BARIATRIC PLUS W/ AIR
P1840RE300
TC BARIATRIC PLUS W/AIR & PULM
P1900F100
TOTALCARE SPORT
P1900NRENT01
TOTALCARE CONNECT SPORT+ W/MCM
P3200DRENT01
VERSACARE RENTAL
P3200HRENT03
VC P500 NSC AIR RENTAL FRAME
P4937EAB1
300 WOUND SURFACE W/BOLSTERS
P6877A
BURKE TRIFLEX II 39/48 W SC
P6877B
BURKE TRIFLEX II 39/48 W SC, TZ
P6880
MATTRESS, SAE, 36" (RENTAL)
P6885
MATTRESS, SAE, 48" (RENTAL)
P6886
MATTRESS, SAE, 39" (RENTAL)
P7129
EXCEL CARE ES FRAME W AIR
P7130
EXCEL CARE ES FRAME W FOAM
P7131
EXCEL CARE ES FRAME W FOAM/TZ
P7132
EXCEL CARE ES FRAME W AIR/TZ
P7142A
EXCEL CARE THERAPY - AIR
P7143A
EXCEL CARE PREVENTION - FOAM
P7144A
EXCEL CARE PREVENTION TZ -FOAM
P7145A
EXCEL CARE THERAPY TZ - AIR
P741A
ENVISION LAL THERAPY SURFACE
P741A01
ENVISION ON VERSACARE
P741A02
ENVISION ON TOTALCARE
P006166
SPIRIT SELECT W/ TEMPUR80
P006167
SPIRIT SELECT W/ TEMPUR84
P006168
SPIRIT SELECT W/ ENVISION
P006169
SPIRIT SELECT W/ P500 MRS
P006379
STANDARD FLOOR CUSH 67"X26"X1"
P006380
BEVELED FLOOR CUSH 70"X 38"X1"
P006746A
COMPELLA W/ CLRT RENTAL
P006747A
COMPELLA W/ AIR RENTAL
P006748A
COMPELLA W/ FOAM RENTAL
P006749A
COMPELLA W/ TRPZ, CLRT RENTAL
P006750A
COMPELLA W/ TRPZ, AIR RENTAL
P006751A
COMPELLA W/ TRPZ, FOAM RENTAL
P0801A03
CLINITRON R-H PH BRACKET UNIT
P0819A
ENVELLA BED
P0821A
ENVELLA BED W/TRAPEZE
P1190AP500
ADVANTA2 RENTAL KIT W/P500 SUR
P1190ASAE
ADVANTA2 RENTAL KIT W/SAE SURF
P1195
TRAPEZE BAR HEAVYDUTY FREESTA
P1197
TRAPEZE BAR FREE STANDING
P2015A3
BARI SUITE 3 PIECE
P2016A4L
BARI SUITE 4L
P2017A4C
BARI SUITE 4C
P2018A2
BARI SUITE 2 PIECE
P3580SRENT
TEMPUR RENTAL 80" MATTRESS
P3584SRENT
TEMPUR RENTAL 84" MATTRESS
P4937EAS1
300 WOUND SURFACE
P67121A
SENTINEL LOW BED W/FOAM, TRAPEZ
P67122A
SENTINEL LOW BED W/FOAM
P6760A
BARTON ATLAS 660
P678ARENT
BARIATRIC WALKER
P6792
AIRPAL PAD 32"/81CM W/NYL LINR
P6794
AIRPAL AIR SUPPLY BLOWER
P6797
AIRPAL 39" PATIENT TRANS SYST
P680ARENT
BARIATRIC COMMODE
P681A
SHOWER TRANSFER BENCH
P682ARENT
BARIATRIC WHEELCHAIR
P7150
VIKING LIFT
P7151
VIKING LIFT W/SCALE
P7242A
EXCELCARE W/CLRT
P7245A
EXCELCARE TZ W/CLRT
P9096ARENT01
P9096 BARIATRIC RECLINER
P741A05
ADVANTA2 RENTAL KIT W/ENVISION
INSPECTION AND ACCEPTANCE OF DELIVERABLES
It is the responsibility of the contractor to deliver the rental Hill-Rom products to the VALBHS campus and remove the rental Hill-Rom products at the end of the Period of Performance (PoP). Contractor is responsible for ensuring delivered products are in accordance with the request and are in acceptable quality working condition for use. VALBHS clinical providers will inspect and determine the acceptability of work orders and the quality of delivered products.
PERFORMANCE MONITORING
Upon inspection of delivery, if products are found to be of unacceptable quality or working order, the VA clinical provider may report the instance of unacceptable delivery of rental products. The VA clinical provider will request a timely replacement of rental product. If the Contractor is unable to provide an immediate replacement, the VA clinical provider may report the inability of the contractor to provide a timely replacements or repairs of rental equipment to the Contracting Officers Representative (COR). The COR who will be maintain a file of the information provided by clinical staff, will then address discrepancies with the vendor and/or Contracting Officer as appropriate to remedy the situation.
PLACE OF PERFORMANCE: All equipment shall be delivered to VALBHS campus at 5901 East Seventh Street, Long Beach, CA 90822
PERIOD OF PERFORMANCE: Base Plus Four (4) Option Years
Base Year: March 1, 2020 February 28, 2021
Option 1: March 1, 2021 February 28, 2022
Option 2: March 1, 2022 February 28, 2023
Option 3: March 1, 2023 February 28, 2024
Option 4: March 1, 2024 February 28, 2025
The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) 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.
(2) Is your company considered small under the NAICS 532490 or (related) identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Roughly, how quantities of each specified item can your company provide upon notice?
(9) Please submit your capabilities with regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to
[email protected]. Telephone responses shall not be accepted. Responses must be received no later than Thursday February 06, 2020 at 12:00 P.M. PST. If a solicitation is issued it shall be announced at a later date. All interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Bid Protests Not Available