Arizona Bids > Bid Detail

6515--Patient Wheelchair Scales

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159165624563495
Posted Date: Feb 15, 2024
Due Date: Feb 23, 2024
Source: https://sam.gov/opp/a4c749722f...
Follow
6515--Patient Wheelchair Scales
Active
Contract Opportunity
Notice ID
36C26224Q0623
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Feb 14, 2024 12:43 pm PST
  • Original Response Date: Feb 23, 2024 12:00 pm PST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 24, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Northern Arizona VA Healthcare System Prescott , AZ 86313-5001
    USA
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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 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/RFI DESCRIPTION
This is NOT a solicitation announcement. This is a Sources Sought/RFI/RFI only. The purpose of this Sources Sought/RFI/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 800 employees). Responses to this Sources Sought/RFI/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide several SECA Patient Wheelchair Weight Scales and equipment that at a minimum meet the brand name and/or can possibly provide an equal product for the Northern Arizona VA Healthcare System. Located in Prescott, AZ.
Brand name Information:
Manufacturer:
SECA
Nomenclature:
EMR- validated multifunctional scales
Digital Column Scale w/Eye-Level Display & Integrated Digital Measuring Rod
EMR-Validated Digital Wheelchair Scale
Portable Stadiometer
Model Number:
6841321107
7771821004
6641321103
2131821009
(Any other information):

Equal to product Information:
SECA EMR- validated multifunctional scale s (Model 6841321107 OR EQUAL TO)
Must be a Digital wheelchair scale with two-sided handrail and seat, display in kg/lbs.
Must have a Large, easy to access platform
Must have a Wheel barrier that provides extra safety
Must have an Integrated fold down seat
Must have a Easy to read display
Must be Mobile due to intergrade transport wheels
Must have a EMR-validated: transmit measured data directly to any Electronic Medical Record (EMR) system
Must Include: Flip-down seat; Rotating swivel display; non-slip rubber coating; Integrated transport casters
Must have a Capacity: 800 lbs.
Power Source: Power Adapter
Must have a Platform Size: 31.5 W x 2.2 H x 33.1 D
Must be Overall Dimensions 35.8 W x 43.3 H x 41.9 D
Must have these Functions: Tare, Hold, BMI calculation, Send, Print

SECA Digital Column Scale w/Eye-Level Display & Integrated Digital Measuring Rod (Model 7771821004 OR EQUAL TO)
Must have a Net weight: 28.0 lbs.
Must have a KG/lbs switch over: true
Must have a Product width: 16.1
Must have a Product height: 53.4
Must have a Product depth: 22.7 inch
Must have a Capacity: 550 lbs, 250 kg
Must have a Power supply: AA batteries (6x), Power adapter (optional)
Must have a Damping system and Auto-Hold guarantee quick and precise weighing
Must have a EMR validated: Send results directly into the EMR
Must have a Two-line display shows height and weight
Must have a Digital measuring rod with an extra-long measuring rage

SECA EMR-Validated Digital Wheelchair Scale (Model 6641321103 OR EQUAL TO)
Must have a Capacity: 800 lbs.
Must have a Platform Size: 23.5 W x 2 H x 23.5 D
Must have a Power Source: Batteries or AC Adapter
Must have these Dimensions: 25.2 W x 2.1 H x 23.6 D
Must have a Extra-large, easily accessible platform: ideal for wheelchairs
Must have a Side rails on the platform ensure sage rolling of a wheelchair onto and from the scale
Must be Easy to fold together and transport
Must have a Non-slip rubber mat
Must have a EMR-validated: transmit measured data directly to an electronic medical record system or printer.

SECA Portable Stadiometer (Model 2131821009 OR EQUAL TO)
Must have a Folded Width: 24.6 inch
Must have a Net Weight: 5.3 lbs.
Must have a Measuring Range: 20-205 cm/8 inch 6ft 9 inch
Must have a Product Height: 85.2 / 2,165 mm
Must have a Product Depth: 23.2 inch / 590 mm
Must have a Graduation Measuring Range: 1 mm / 1/8 inch
Must have a Folded Depth: 13.3 inch /337 mm
Must have aFolded Height: 7.0 inch/177 mm
Must have a Abrasion resistant dial
Must have a Spacer
Must have a Fine, high contrast printed dial
Must have a Heel positioner
Must be Mobile use
Vendors must provide PDF catalogs of the Scales
Vendor must provide complete manufacturer s product specifications
Vendor must provide product literature
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.
We are seeking sources for products that meet the requirements set forth by the Buy American Act (41 U.S.C. §§ 8301-8305). The purpose of this notice is to identify potential offerings that are compliant with the BAA, which stipulates that the U.S. government give preference to domestically produced goods. All products offered must be either manufactured in the United States or, if manufactured outside of the United States, must qualify as domestic end products or construction materials as defined in the BAA and its implementing regulations.
By submitting a response to this notice, you certify that the products offered meet these requirements and that upon request, you can provide documentation verifying compliance. Failure to comply with these criteria may result in disqualification from consideration.

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 in this RFI?
(3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size.
(4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin.
(5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.
(7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number.
(8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.
(9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(10) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics.
(11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(12) Please provide your SAM.gov Unique Entity ID/Cage Code number.

Responses to this notice shall be submitted via email to israel.garcia2@va.gov. Telephone responses will not be accepted. Responses must be received no later than 02/23/2024 by 12:00PM PST.
All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement.
Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 14, 2024 12:43 pm PSTSources 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 >