6515--Hi-Lo Physical Therapy Tables

expired opportunity(Expired)
From: Federal Government(Federal)
36C24523Q0681

Basic Details

started - 24 May, 2023 (11 months ago)

Start Date

24 May, 2023 (11 months ago)
due - 05 Jun, 2023 (10 months ago)

Due Date

05 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
36C24523Q0681

Identifier

36C24523Q0681
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Department of Veteran Affairs Hi-Lo Physical Therapy Fleet Replacement Request for Information (RFI) The Department of Veterans Affairs (VA) is issuing this RFI in accordance with FAR 15.201(e). This RFI is issued for the purpose of conducting capabilities and market research. Accordingly, this RFI constitutes neither a Request for Proposal (RFP) nor a guarantee that one will be issued by the Government in the future; furthermore, it does not commit the Government to contract for any services described herein. Do not submit a proposal. The Department of Veterans Affairs is not at this time, seeking proposals or quotes and therefore will not accept, review, or evaluate unsolicited proposals or quotes received in response hereto. This notice is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government does not reimburse respondents for costs
associated with submission of the information being requested or reimburse expenses incurred for responses to this RFI. The information provided may be used by VA in developing an acquisition strategy and Product Description (PD). Any information submitted by respondents to this RFI is strictly voluntary; however, any information received shall become the property of the Government and will not be returned to the respondent. Interested parties are responsible for adequately marking proprietary, restricted or sensitive information contained in their response. This is a request for information only and does not obligate the Government in any way, nor does it commit the Government to a specific course of action. The Government is seeking as much information as possible and a complete response from industry to this RFI during this market research activity may assist the Government in developing an acquisition strategy and finalizing any Product description/salient characteristics. THERE IS NO SOLICITATION AT THIS TIME. IF YOU ARE AN SDVOSB, PLEASE STATE SO IN YOUR RESPONSE. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Hi- Lo Physical Therapy Fleet Replacement for the Baltimore VAMHCS, Baltimore, MD. BACKGROUND: Medical facility in need of Hi- Lo Physical Therapy Fleet Replacement. LOCATION: Baltimore VAMHCS, 10 N. Greene Street Baltimore, MD 21201. ITEM INFORMATION: Line Items Product Description Units of Measure Quantity 1 PHYSICAL MED & REHABILITATION: 3153-x-XL 1 Galaxy 5 Section Treatment Table Product features: Fold-down armrests in head section Adjustable head section from +40° to -70° with gas spring Easy access foot switch, accessible from any position around the table 360°, for simple height adjustment. Face hole on head section with removable face hole cover. Adjustable leg section from 0° to 90° with gas spring. Two-layer padding with non-flammable, bio-compatible and scratch resistance upholstery. Powder coated, extremely stable scissor steel frame. 2 side brackets for fixation of stabilization belts and elastic bands. Each 18 PERIOD OF PERFORMANCE: Vendor must be able to deliver at least 50% of each item within 30 days of contract award. STATEMENT OF WORK: PURPOSE: The overall purpose of this requirement is to procure a fleet replacement and standardization for all Hi-Lo physical therapy tables within the VA Maryland Health Care System (VAMHCS)- Perry Point CLC, Loch Raven CLC, and the Baltimore Medical Center. The VAMHCS would like to standardize the current fleet of Hi-Lo tables so that the maintenance and spare parts for the tables is consistent throughout each location. The requirement will account for the procurement of Hi-Lo physical therapy tables with padding, assembly, and validation. The requirement also includes trade-in of all the current Hi-Lo tables that are currently at each location within the VAMHCS. SCOPE: The contractor shall deliver and install the Hi-Lo tables with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The contractor shall deliver the Hi-Lo tables to the Loch Raven CBOC with a small bed truck that has a lift as this location does not have a loading dock. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the Hi-Lo tables to be successfully installed and validated to their full potential. The contractor shall include accessories and consumables that have been detailed on the provided quotes. The contractor shall trade-in all the old Hi-Lo tables that are being replaced by the new equipment being procured from this requirement and give the VAMHCS the appropriate trade-in value. The contractor shall remove all old Hi-Lo tables and mattresses from the rooms and additionally take them off the Veterans Affairs premise at each location and use them for trade-in value. SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to the ones manufactured by Chattanooga. Eighteen (18) Galaxy 5 Section Table Manufacturer: Chattanooga Devices must have a weight capacity of at 500 pounds. Devices must have armrests that can fold down in the head section. Devices must have adjustable head sections that go from +40° to -70°. Devices must have a foot switch that is used for height adjustment on each end of the table. Devices must have a face hole on the head section of the table with a removable face hole cover. Devices must have an adjustable leg section that can go from 0° to 90°. Devices must have padding on the table that is non-flammable, biocompatible and scratch resistant upholstery. Devices must have a bracket on each side for fixation of stabilization belts and elastic bands. Devices must have a safety switch or key and come with 2 keys. Devices must have electric powered lift adjustment capability. Devices must have center-locking brake system. Devices must be able to lower to at least 21 inches off the ground and raise to 40 inches high off the ground. Devices must have slip resistant feet to allow for leveling of the table. Devices must have 4 bidirectional wheels on 4 legs. Devices must be at least 30 inches wide. Accessories IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Assembly of devices and validation. All materials required to assembly the Hi-Lo tables shall be provided by the contractor. Removal of and trade-in of all the old Hi-Lo tables out of the desired rooms and off the Veterans Affairs premise. The contractor will deliver the following quantities of Hi-Lo tables and accessories to the addresses below: Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201 Seven (7) Galaxy 5 Section Tables. Perry Point VA Medical Center, 59 Ave D, Building 11 Perry Point, Maryland 21902 Four (4) Galaxy 5 Section Tables. Loch Raven VA Medical Center, 3900 Loch Raven Blvd, Baltimore, MD 21218 Seven (7) Galaxy 5 Section Tables. TRAINING The contractor shall provide onsite training for the VAMHCS staff. DELIVERY The contractor shall deliver necessary equipment to the Baltimore, Perry Point, and Loch Raven facilities as required in the quantities specified above. The contractor must give VAMHCS staff 3 weeks notice of shipment and delivery of the Hi-Lo tables and accessories. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities along with the old Hi-Lo tables that are being replaced. The contractor must deliver the Hi-Lo tables the Loch Raven location with a small bed truck that has a lift as this location does not have a loading dock. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturer recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff, facilities and engineering staff, and the biomedical engineering staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum the Hi-Lo tables and accessories must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. Physical Characteristics: Hi-Lo Physical Therapy Table Weight capacity of at least 500 pounds Armrests that can fold down in the head section Adjustable head sections that go from +40° to -70° Foot switch that is used for height adjustment on each end of the table Face hole on the head section of the table with a removable face hole cover Adjustable leg section that can go from 0° to 90° Padding on the table that is non-flammable, biocompatible and scratch resistant upholstery Brackets on each side for fixation of stabilization belts and elastic bands A safety switch or key and come with 2 keys Electric powered lift adjustment capability Center-locking brake system Ability to lower to at least 21 inches off the ground Ability to raise to at least 40 inches high off the ground Slip resistant feet 4 bidirectional wheels on 4 legs Width of at least 30 inches Contractors desiring consideration shall send an email directly to the Contract Specialist referencing the following in the subject field, Baltimore VAMHCS Hi-Lo Physical Therapy Table Fleet Replacement . 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 are 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 are 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 code 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 re 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) Please submit your capabilities in 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. All emails from interested parties must be received by 15:00 PM EST, June 05, 2023 Please send your email response to: Ronnie.swailes@va.gov This is a market survey for informational and planning purposes only. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. If a solicitation is issued it shall be announced at a later date, and 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.

Baltimore VAMHCS  10 N. Greene StreetLocation

Place Of Performance : Baltimore VAMHCS 10 N. Greene Street

Country : United StatesState : Maryland

You may also like

PHYSICAL THERAPY SERVICES, JFK SCHOOL

Due: 10 Mar, 2029 (in about 4 years)Agency: BUREAU OF INDIAN AFFAIRS

PHYSICAL THERAPY SERVICES - ANETH COMMUNITY SCHOOL

Due: 31 Jul, 2028 (in about 4 years)Agency: BUREAU OF INDIAN AFFAIRS

6515--Amsco Prep & Pack Table

Due: 06 Jul, 2024 (in 2 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 339112
Classification CodeCode 6515