The RFP Database
New business relationships start here

BARIATRIC PATIENT EVACUATION AIR LIFT


California, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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 DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339113 (size standard of 750 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources who can provide bariatric patient evacuation air lift that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Greater Los Angeles Healthcare System:
Salient characteristics for Emergency Vertical Air-Assisted Device:
Must accommodate a weight limit greater than 1000 lbs., safe work load up to 1200 lbs. (544 kg.) for vertical lifts
Must accommodate a weight capacity up to 700 lbs for stairwell evacuations
Must have self sealing valves for each inflation chamber
Must have quick release deflation valves
Must have multiple patient safety straps (leg, chest & shoulder minimum)
Must have Transport handles (foot, side and head areas)
Must have inflatable head-end wedge or pillow to improve patient s breathing and comfort
Must be able to fit through standard sized doorways and elevators
Vendor must provide Training and education of staff for use

Salient characteristics for Air Supply:
Must provide function to inflate emergency vertical air-assisted device
Must have reusable or washable filter system
Must be CSA (Canadian Standards Association) Certified UL (Underwriter Laboratories) 544 standards
Must provide a variable speed motor
Must have a carry handle with hanger to hang on bed/stretcher

Salient characteristics for Battery:
Must be able to inflate the emergency vertical air-assisted device
Must be portable to allow use in a variety of settings (outdoors and areas out of electrical outlet reach)
Must accommodate power input of 120 V, 60 Hz
Must be rechargeable

Salient characteristics for cart:
Must be portable on wheels with handle
Must be able to store air unit

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. 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, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated 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 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 number.
(8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/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 in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
(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 DUNS number.
*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.
Responses to this notice shall be submitted via email to Christopher.woodard@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, July 19, 2019 @ 4:00 PM PST. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

CHRISTOPHER WOODARD
CONTRACT SPECIALIST

WORK EMAIL

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP