From: Federal Government(Federal)
Basic Details | Start Date29 May, 2019 (about 5 years ago)Due Date03 Jun, 2019 (about 4 years ago) |
Customer / Agency | |
Attachments (1) | |
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WIÂ 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide Procedure Chairs, Midmark brand name or equal, for the William S. Middleton MVH in Madison, Wisconsin. General Requirements: BRAND NAME (Midmark 630) OR EQUAL: Three (3) Procedure Chairs shall include at a minimum the following characteristics. - Casters. - Chair Arms. - Neutral Color. - Shall have power height. -Shall have power backrest. - Shall have power Trendelenburg tilt. - Shall have power footrest. - Low height not to exceed 18 inches. - High height not to exceed 40 inches. - Shall have patient lift capacity up to 650 pounds. -
Shall have flat-back position at 18 inches for safe patient handling and wheelchair transfer allowing 72 inches long x 32 inches wide transfer area. - Shall have programmable memory positions. - Shall have chair position or flat table position at any height. - Overall length not to exceed 76 inches. - Overall width not to exceed 32 inches (patient surface area), prefer elastomeric seat cutout for patient comfort. - Shall have interchangeable headrest system (no tools needed). - Shall have adjustable, removable 12-inch-wide oval headrest. - Shall have a paper roll holder. - Shall have auto-return button. - Shall have UL-listed duplex hospital-grade electrical receptacles. - Shall have multi-position hideaway stirrups. - Shall have stainless steel treatment pan. - Shall have seamless upholstery color: stone, preferable. - Shall have removable upholstery top system for cleaning and ease of replacement. - Shall have seamless/sealed foot control for cleaning/infection control. - Shall have hand and foot control standard. - Shall have leveling feet. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: 1. Company name. 2. Address. 3. Point of contact (name/title/telephone number/e-mail address). 4. FSS / SEWP Contract number, if requirement is on schedule. 5. DUNS number. 6. Tax ID number. 7. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. 8. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. 9. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Officer, Thomas Chesak, at
thomas.chesak@va.gov no later than 10:00 a.m. (Central Standard Time), 03 June 2019. 36C25219Q0637 Procedure Chairs for William S. Middleton MVH shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 339113, Surgical and Medical Instrument Manufacturing, is applicable to this acquisition; the size standard is 750 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.