Kentucky Bids > Bid Detail

6515--603-24-2-025-0050 -Total Lift Bed- Rental- LOU

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159650343521366
Posted Date: Mar 12, 2024
Due Date: Mar 15, 2024
Source: https://sam.gov/opp/206bc6c812...
Follow
6515--603-24-2-025-0050 -Total Lift Bed- Rental- LOU
Active
Contract Opportunity
Notice ID
36C24924Q0213
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 12, 2024 03:23 pm CDT
  • Original Response Date: Mar 15, 2024 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 14, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Robley Rex Department of Veterans Affairs Medical Louisville , KY 40206
    USA
Description
On behalf of the Louisville VA Health Care System, Network Contracting Office (NCO) 9 is
issuing this sources sought notice (SSN) as a means of conducting market research to identify
parties having an interest in and the resources to support this Emergency requirement for a
firm-fixed-priced contract for brand name or equal Arjo Total Lift Bed rental. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112, Surgical and Medical Instrument Manufacturing.

1. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information
does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.

2. If your organization has the potential capacity to perform these services, please provide the
following information:

a. Organization name, address, point of contact, email address, web site address, and
telephone number.

b. Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled
veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large
business, etc.

c. Business type under NAICS 339112, which contains a size standard of 1000 Employees,
Commercial And Government Entity (CAGE) Code and Data Universal Numbering System
(DUNS) Number.

d. Under which NAICS code does your company usually provide the requirements described in
this Sources Sought Notice, paragraph 11. Please provide rationale for your answer if different
from NAICS 339112.

e. Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational, and staff capability.

f. Please provide the following information as an attachment to your response:

i. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services under the same or a related NAICS codes.

ii. Identify any other companies owned (wholly or in-part) by the owners of this business who provide goods or services that are registered under the same or a related NAICS code with
the Center for Veterans Enterprise (CVE); Provide the certification type (SDVOSB/VOSB),
Federal Identification Number, and state of incorporation for each.
iii. Do you plan on responding to a solicitation for this requirement with a Joint Venture
utilizing multiple owned companies as majority or non-majority owner?
Yes ___No ___ If yes, please identify which companies are considering a Joint Venture
and the ownership of each company.

3. Response to this SSN shall not exceed 10 pages and should include all of the foremost
mentioned information. In addition, all submissions should be provided electronically in a
Microsoft Word or Adobe Portable Document Format (PDF).

4. The government will evaluate market information to ascertain potential market capacity to:

a. Provide services consistent in scope and scale with those described in this notice and
otherwise anticipated. Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements.

b. Implement a successful plan that includes: compliance with program schedules; cost containment; meeting and tracking performance.

c. Provide services under a firm-fixed-price contract.

5. NOTE: Respondent claiming SDVOSB and VOSB status shall be registered and Center for
Veterans Enterprise (CVE) verified in VetBiz Registry www.vetbiz.gov.

6. Based on the responses to this SSN/market research, this requirement may be set-aside for
SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.

7. Submission Instructions: All interested parties who consider themselves qualified to perform
The services are invited to submit a response to this SSN by 15:00 CT, March 15, 2024. All
responses under this SSN must be emailed to daymeion.brantley@va.gov. Telephone inquiries
will not be accepted or acknowledged, and no feedback or evaluations will be provided to
companies regarding their submissions.

8. SAM: Interested parties shall be register in the System for Award Management (SAM) as
prescribed in FAR Clause 52.232-33. SAM information can be obtained by accessing the
internet at www.sam.gov or by calling 1-866-606-8220.

9. Disclaimer and Important Notes. This notice does not obligate the government to award a
contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities (FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.

10. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary
technical information in any resultant solicitation(s).

11. Supplies/Services:

Item Number
Part Number
Description
QTY
UoM
Unit Price
Item Discount
Extended Price
0001
RENUS199
Total Bed Lift with Power
Drive
168
Days
$ -
$ -
$ -

NOTE:

All products priced to include shipping and freight.

SKU RENUS199, or equal, to include: OEM installation (OEM parts, labor and travel), one-year OEM warranty for preventative maintenance and corrective maintenance not incurred by
operator or facility error, 2 user manuals, OEM telephonic technical support, and in-service
education, as needed.

All interested party shall submit a capabilities statement and other documentation demonstrating clear and convincing capabilities to satisfy the requirement listed above to the Contract Specialist by email at Daymeion.brantley@va.gov no later than 15:00 CT on March 15, 2024.
Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 12, 2024 03:23 pm CDTSources 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 >