36C26224Q1104 – Sources Sought – 6530–Occupational Therapy Equipment

May 2, 2024 | Sources Sought

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION.
PLEASE ANSWER ALL 14 QUESTIONS AT THE BOTTOM THOROUGHLY.
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 only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources Sought/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 the following seven (7) items: hand dynamometer, fluidotherapy double extremity unit, splint pan, parrafin bath machine unit, powderboard table, ultrasound machine and an ultrasound machine head applicator that at a minimum meet the brandname and/or can possibly provide an equal to product for the VA Healthcare System in San Diego, CA.
Brandname Information:
Manufacturer: Baseline
Part/Item/Stock #: 039-120240
Product Name: 200 lb. capacity Hand Dynamometer
Quantity: 13

Manufacturer: Hausmann
Part/Item/Stock #: 113-6611
Product Name: 6611 PowderBoard Table
Quantity: 1

Manufacturer: Chattanooga
Part/Item/Stock #: 046-flu115D
Product Name: Fluidotherapy Double Extremity Unit
Quantity: 1

Manufacturer: Manosplint
Part/Item/Stock #: 039-246545
Product Name: Digital Heat Pan 9 Liter 21.5 x5.5 x13.5
Quantity: 1

Manufacturer: Waxwel
Part/Item/Stock #: 039-111600
Product Name: Paraffin Bath + 6 lbs of Unscented Paraffin Wax + 65 liners + 1 mitt + 1 bootie
Quantity: 1

Manufacturer: Chattanooga
Part/Item/Stock #: 046-4782
Product Name: Intelect transport2 Ultrasound
Quantity: 1

Manufacturer: Chattanooga
Part/Item/Stock #: 046-47334
Product Name: Intelect 2cm Ultrasound applicator
Quantity: 1

Salient Characteristics to be met:

Item#1: Hand Dynamometer
Must be able to test grip strength in the hand
Must have analog display
Must measure strength in pounds
Must have a 200 pound capacity
Item #2: Powderboard table
Must be able to be used for the treatment of hand dysfunctional therapy
Must be able to adjust the height of the table from 26 inches to 34 inches
Top of the table must have an edge bumper
Item #3: Fluidotherapy Double Extremity Unit
Must be able to provide dry heat therapy to double upper extremities
Must be able to heat and circulate Cellex particles, a natural cellulose, to effectively create a warm, massage-like therapy
Must include these adjustable features: treatment timer, air speed, temperature
Must have two modes: continuous and pulsed
Item #4: Splint Pan
Must be made of stainless steel
Must be large enough to hold splinting material of 14 x 12
Must be able to be hooked up to a standard electrical outlet for operation to heat water
Must be able to heat water to at least 165 degrees for softening splinting plastic material
Item #5: Paraffin Bath Machine Unit
Must be made of stainless steel
The outside of the machine must be 12 inches in height, by 8.5 inches in width, by 15 inches in length
The inside of the machine must be 12 inches in height, 6.5 inches in width, by 13 inches in length
Must be able to provide moist heat therapy to double upper extremity or single
Must be able to be used for the treatment of hand dysfunction
Must come with 6 pounds of parrafin wax, 65 disposable plastic glove liners, 1 washable terry cloth mitt and 1 bootie cover
Item #6: Ultrasound machine
Must be able to be used for the ultrasound deep heating and laser treatment of hand dysfunctional therapy
Must have integrated ultrasound and laser applicator cradles
Must have Cart or Tabletop Configuration settings
Must be able to be used with the ultrasound and laser modules.
Item #7: Ultrasound machine head applicator
Must be compatible with the ultrasound machine
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 in this RFI?
(3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above?
(4) 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) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items
(10) Please indicate whether your product conforms to the requirements of the Buy American Act?
(11) 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.
(12) Please submit your capabilities statement illustrating your organizations 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.
(13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
(14) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to [email protected]. Telephone responses will not be accepted. Responses must be received no later than Wednesday, May 8, 2024 by 4:00 PM 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.

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.