Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

6515--Sources Sought- Patient Lift Motor Replacement

Expired
36C26320Q0557Federal
General Info

Agency

Department Of Veterans Affairs → Network Contract Office 23 (36C263)

View Agency

NAICS

339112 - Surgical and Medical Instrument Manufacturing

View NAICS

Place of Performance

NWI VA Health Care System 4101 Woolworth Ave, Omaha, MN, 68105, USA

Set-Aside

NONE
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Sources Sought

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Veterans Affairs → Network Contract Office 23 (36C263)
Contacts1 person available
OfficeSaint Paul, MN, 55101, USA
Organization / Agency
Department Of Veterans Affairs → Network Contract Office 23 (36C263)
View Agency Profile
Office Address

Saint Paul, MN, 55101, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
Sources Sought- Patient Lift Motors and Installation Notice Type: Sources Sought This is a Request for Information (RFI) only; it is not a request for quotations or offers. 52.215-3 -- Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of conducting market research to identify potential sources for a potential procurement of Patient Lift Motors for the NWI VA Health Care System, Located in Omaha, NE. This requirement is for 25 each patient lift motors that will replace the 25 existing Liko 250 lift motors that are currently in place that are at the end of their useful life, and the new lift motors must be able to meet the following: Utilize the existing Liko Rail System that is already in place Accommodate a patient up to 550 lbs Please address the following in your responses: Point of contact, DUNS Number, complete mailing address, telephone number, and email address. Product information/specifications of the systems that you can provide that meet the lift motors described above. Manufacture Information of the product that your company/entity can provide to include: Manufacturer Name, Address, and DUNS Number Socioeconomic status of your company/entity. Confirmation the product being proposed is not gray market or counterfeit in accordance with Veterans Affairs Acquisition Regulation Clause 852.212-72 below. 852.212-72 Gray Market and Counterfeit Items (MAR 2020) (DEVIATION) GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions This is a request for information and sources only, which may or may not lead to a future solicitation. This is not a request for proposal (RFP). The VA will not pay for any information received resulting from this sources sought notice. Information should be forwarded to the Contract Specialist. Any questions should be addressed to the Contract Specialist, in writing, at the email address provided. Because this is a request for information only, answers to questions will not be posted. If your organization has the capability to provide these items and is interested in this opportunity, please respond to Andrea Harter, Contracting Officer, Network 23 Contracting Office (NCO23), 4801 Veterans Drive, Saint Cloud, MN or via e-mail at Andrea.harter@va.gov. Please submit this information by 10:00 AM, Central Time on Tuesday, July 7th 2020. Telephone inquiries will not be accepted. 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. In accordance with 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.

Similar Contracts

NAICS: 339112
New
Federal

Richard Wolf Medical Instruments - ICG Green System

The Indian Health Service, Shiprock Service Unit, under the Department of Health and Human Services, is conducting market research via a sources-sought notice to identify qualified vendors capable of supplying the Richard Wolf Medical Instruments ICG System Green. This effort is aimed at informing acquisition strategy decisions, including competition levels and the potential for set-aside contracts, specifically targeting Indian Small Business Economic Enterprises (ISBEE). The applicable NAICS code for this requirement is 339112, covering Surgical and Medical Instrument Manufacturing, with a small business threshold of 1,000 employees. Although not a solicitation, this notice encourages interested companies to submit voluntary information related to their capability to meet the government’s needs, emphasizing Indian ownership and socio-economic statuses such as 8(a), WOSB/EDWOSB, SDVOSB, HUBZone, and specifically ISBEE designation. Responses must include a comprehensive company profile, capability statement, and, if applicable, a completed Indian Economic Enterprise Representation Form to support ISBEE status claims. Submissions are due by March 24, 2026, and must be sent electronically to the identified contracting officer, William Lee, with no expectations of individualized feedback or telephone inquiries. This procurement activity is conducted in compliance with FAR registration requirements, and all offerors must be registered in SAM at the time of submission. The location of performance is Shiprock, New Mexico, while administration occurs out of Window Rock, Arizona. This market research action supports the Department of Interior’s direction to promote participation by Native American-owned businesses under the Buy Indian Act, ensuring federal acquisitions benefit these enterprises whenever feasible.

Navajo Area Indian Health Svc

POSTED

about 15 hours ago

DEADLINE

in 7 days

View Details
NAICS: 339112
New
Federal

CANISTER ASSEMBLY, S

The contract involves the procurement of a medical device described as a 1200 ml disposable plastic canister assembly with a plastic lid cap, designed for use with the Model 326/M suction apparatus. The units are packaged in packs of 12 each, with a total quantity of 3 packs ordered. This item is subject to specific technical and quality requirements as outlined in the Defense Logistics Agency (DLA) Master List, which are mandated to supersede general standards such as ASTM D3951. The product must be packaged and marked according to Medical Marking Standard No. 1, ensuring protection from damage during shipment and compliance with government packaging regulations. The canisters are regulated by the FDA, requiring contracting officials to perform referrals to product specialists for confirmation upon bid. Delivery is specified to occur within 10 days to the destination at Fort Bliss, Texas, with inspection and acceptance also taking place at the destination. The shipping instructions require the fastest traceable method, excluding parcel post, and all packaging and palletization must conform to DLA packaging requirements. Bidders must provide the source and part number of the supplies they intend to deliver, linking their submissions to the referenced NSN 6515-01-517-8085. The contract references adherence to detailed standards and is managed under a solicitation issued by the Department of Defense’s Medical Supply Chain MD SURG FSF, with a clear response deadline and contact point provided for queries.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 22 hours ago

DEADLINE

in 2 days

View Details
NAICS: 339112
New
Federal

OXIMETER, PULSE

This contract covers the procurement of seven units of the Masimo MightySat RX Pulse Oximeter, a device designed to measure pulse rate, oxygen saturation (SpO2), and perfusion index (PI). The oximeter is specifically engineered to function reliably in environments where patients experience motion due to shivering, cold, or transport. Each unit operates on two standard AAA alkaline batteries, offers approximately 1800 spot checks per battery set, and is suitable for use within an operating temperature range of 41 to 104 degrees Fahrenheit, with a storage range from -40 to 158 degrees Fahrenheit. The device weighs 0.16 pounds and measures 2.9 by 1.6 by 1.2 inches. Packaging requirements mandate that each unit be commercial grade, sealed, and protected against damage or breakage, with additional specifications ensuring safe transportation in compliance with medical marking standards. The contract emphasizes adherence to technical and quality requirements detailed by the Defense Logistics Agency (DLA) master list and mandates proper removal of government identification from non-accepted supplies. The order is placed through the Department of Defense’s Medical Supply Chain MD SURG FSF with a delivery deadline of 20 days to Camp Pendleton, and the point of contact for the contract is Michael Kohlbrenner. The solicitation is governed by federal acquisition protocols and associated packaging and quality standards to ensure compliance and product integrity.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 22 hours ago

DEADLINE

in 2 days

View Details