This is a Sources Sought notice only. This is not a request for quotes and no contract will be awarded from this announcement. The Government will not provide any reimbursement for responses submitted in response to this Source Sought notice. Respondents will not be notified of the results of the evaluation.
The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113, with a size standard 800 employees. The Department of Veterans Affairs (VA), Network Contracting Office 1 (NCO 1) is seeking to identify any vendor capable of providing brand name or equal to a Phlebotomy Chairs, Clinton Industries model #6810, Reclining Power Adjustment for the White River Junction VA Medical Center in White River Junction, VT.
This Sources Sought notice provides an opportunity for respondents to submit their capability and availability to provide the requirement described below. Vendors are encouraged to submit information relative to their capabilities to fulfill this requirement, in the form of a statement that addresses the specific requirement identified in this Sources Sought. Information received from this Sources Sought shall be utilized to facilitate the Contracting Officer s review of the market base, for acquisition planning, size determination, and procurement strategy.
Submission Instructions: Interested parties who consider themselves qualified to supply are invited to submit a response to this Sources Sought Notice by 12:00pm EST on Wednesday, August 28, 2024. All responses under this Sources Sought Notice must be emailed to Molly.Greening@va.gov with RFQ 36C24124Q0879 in the subject line. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Parties may submit additional information related to their capabilities, provided it contains all the requirements contained in the Specifications. Responses to this Sources Sought shall not exceed 8 pages. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe PDF format.
Attachment 1
Sources Sought Worksheet
QUALIFICATION INFORMATION:
Company / Institute Name: _______________________________________________________
Address: ______________________________________________________________________
Phone Number: ________________________________________________________________
Point of Contact: _______________________________________________________________
E-mail Address: ________________________________________________________________
Unique Entity Identifier (UEI) #:Â ___________________________________________________
CAGE Code: __________________________________________________________________
SAM Registered: (Y / N)
Other available contract vehicles applicable to this sources sought (GSA/FSS/NASA SEWP/ETC): __________________________________________________________________
______________________________________________________________________________
______________________________________________________________________________
SOCIO-ECONOMIC STATUS:
VIP Verified SDVOSB: (Y / N)
VIP Verified VOSB: (Y / N)
8(a): (Y / N)
HUBZone: (Y / N)
Economically Disadvantaged Women-Owned Small Business: (Y / N)
Women-Owned Small Business: (Y / N)
Small Business: (Y / N)
NOTE: Respondent claiming SDVOSB and VOSB status shall have verified Veteran Small Business Certification and be registered as a vendor in SAM.gov.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SDVOSB, VOSB, SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION.
CAPABILITY STATEMENT:
Provide a brief capability and interest in providing the supply as listed in Attachment 2 STATEMENT OF WORK with enough information to determine if your company can meet the requirement. The capabilities statement for this Sources Sought is not a Request for Quotation, Request for Proposal, or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company s ability to provide the services outlined in the SOW Specifications. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation.
Attachment 2
Clinton Reclining Power Adjustment Phlebotomy Chairs
Statement of Work
Objective
The purpose of this Statement of Work is to outline the tasks and responsibilities of the awarded Contractor in relation to the provision and delivery of ten (10) Clinton Reclining Power Adjustment Phlebotomy chairs, Clinton Industries model #6810. This document highlights the technical specifications being requested by the White River Junction VAMC for consideration towards the purchase of Phlebotomy Chairs. Vendors under this proposal shall provide all equipment and manuals or pertinent information.
Background
Phlebotomy chairs are a required piece of equipment for blood drawing. Due to the nature of the procedure, it s necessary for the chair to recline when there is a risk of fainting. The facility s primary goal is to maintain high quality care, standardize and improve safety. The Contractor is responsible for the delivery of the equipment. Please note delivery will be to seven (7) locations in Vermont. VA Staff are responsible for working with the vendor on chair placement.
Specifications
Equipment: All equipment must be new, free of tears and in working order.
Equipment must be new, free of tears and in working order
Smooth, fully electric reclining and height adjustment
Self leveling arms and synchronized footrest that move with chair's seat and backrest
Keeps patients comfortable and may better accommodate patients who may faint during a procedure
Power supplies and motors meet UL 60601-1 and CAN/CSA C22.2 601.1
Rated 5 amps at 120 VAC
Hand controller
All-welded, steel, neutral gray powder-coated frame
Heavy duty, all-welded, steel frameÂ
Padded seat, backrest, armrests and footrest
Armrests flip up out of the way for easy entry and exit
Adjustable foot levelers
Easy-clean, durable, stain-resistant vinyl
375 lbs. load capacity under normal use (170 kg)
See Product Attachments Tab for Sell Sheet with Dimensions
DESERT TAN color
Delivery and Installation
Contractor s Responsibilities:
Contractor shall deliver chairs to White River Junction VAMC and offsite clinic POCs as well as coordinate the delivery with delivery location points of contact
Contractor shall receive and place equipment in the pre-arranged designated areas at the WRJ VAMC and respective CBOC locations listed.
The Contractor shall unpack and install equipment in the designated area and dispose of all trash. Disposing of trash is the responsibility of the Contractor.
The vendor will provide all technical and clinical information needed.
The vendor will provide at-least a 1-year manufacturer warranty on the equipment from the date of installation.
Contractor shall deliver all equipment to the following seven (7) locations:
White River Junction VA Medical Center
163 Veterans Drive
White River Junction, VT 05001
POC: Rene Ague
Phone:Â 802-295-9363 x5514
Quantity-3
Burlington Lakeside VA Clinic
128 Lakeside Avenue, Suite 260
Burlington, VT 05401-5911
POC: Derek Laferriere/Emily Williams
Phone:Â 802-657-7000
Quantity-2
Bennington VA Clinic
186 North Street
Bennington, VT 05201-1874
POC: Pam Trites/Marissa Mazzola
Phone:Â 802-440-3300
Quantity-1
Brattleboro VA Clinic
71 GSP Drive
Brattleboro, VT 05301-4452
POC: Jesse Chisum/Brenda Johnson
Phone:Â 802-251-2200
Quantity-1
Keene VA Clinic
640 Marlboro Street, Curran Building, Route 101
Keene, NH 03431-4049
POC: Jesse Chisum/Nathalia Burdo
Phone:Â 603-358-4900
Quantity-1
Newport VA Clinic
1734 Crawford Farm Road
Newport, VT 05855-4509
POC: Tanya Webster/Elizabeth Perron
Phone:Â 802-624-2400
Quantity-1
Rutland VA Clinic
232 West Street
Rutland, VT 05701-2850
POC: Pam Trites/Emily McClure
Phone:Â 802-772-2300
Quantity-1
Medical Center s Responsibilities:
Providing access to patient care spaces, hallways, and equipment rooms during normal business hours for placement.
Providing a point of contact for all locations to assist with equipment location.
Responsible for any structural changes (cabinets, desks, etc.).
Records Management
The following standard items relate to records generated in executing the contract:
Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228.
Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest.
Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records.
Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act.
Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract.
The Government Agency owns the rights to all data/records produced as part of this contract.
The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data.
Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.].
No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules.
Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.
The A&A requirements do not apply, and a Security Accreditation Package is not required.