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

6515--Therapy Beds

Expired
36C24622Q0332Federal
General Info

Agency

Department Of Veterans Affairs → 246-NETWORK Contracting Office 6 (36C246)

View Agency

NAICS

339113 - Surgical Appliance and Supplies Manufacturing

View NAICS

Place of Performance

DEPARTMENT OF VETERAN AFFAIRS WG BILL HEFNER VAMC 1601 BRENNER AVENUE, SALISBURY, VA, 28144

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

Type Changed

Sources Sought → Presolicitation

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 → 246-NETWORK Contracting Office 6 (36C246)
Contacts1 person available
OfficeHAMPTON, VA, 23667, USA
Organization / Agency
Department Of Veterans Affairs → 246-NETWORK Contracting Office 6 (36C246)
View Agency Profile
Office Address

HAMPTON, VA, 23667, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
The Department of Veterans Affairs intends to negotiate a sole source commercial item procurement with Invacare Corporation. The Salisbury Veterans Affairs Medical Center (VAMC) request Therapy beds and Therapy Mattresses. This procurement request is The Salisbury VAMC are requesting Respiratory Therapy Supplies for the Prosthetics Service line. The Salisbury VAMC are requesting Respiratory Therapy Supplies for the Prosthetics Service line for which the government intends to solicit and negotiate with only one source under the authority of FAR Part 6.302.� This notice of intent is not a request for competitive quotes; however, interested parties may identify their skill and ability by sending capability statements in reference to this requirement. Stervon.Johnson.@VA.gov � Interested firms must indicate whether they are large, small, small-disadvantaged, 8(a) or woman owned business and whether they are U.S. or foreign owned. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. The Government will not pay for any information submitted as a result of this notice. This notice shall not be construed as an obligation on the part of the Government to acquire any products or services. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.� Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Similar Contracts

NAICS: 339113
New
Federal

DRESSING, OCCLUSIVE,

This contract involves the procurement of occlusive adhesive dressings, specifically a clear, compressed type measuring 4.75 by 4 inches, intended exclusively for military use and not available commercially. These dressings are packaged in sets of five per unit and must have a shelf life of 60 months. Delivery to the government must occur within nine months of the manufacturing date, ensuring product freshness and efficacy. All products require labeling that complies with Medical Marking Standard No. 1 and include detailed markings such as manufacture date, expiration or retest date, and contract or lot numbers. Packaging must meet commercial standards, protect against damage during transit, and be suitable for acceptance by common carriers at the lowest transportation rates. Additionally, the contract references compliance with several defense and procurement standards including DLA packaging requirements and removal of government identification from non-accepted supplies. The solicitation is managed by the Department of Defense’s Medical Supply Chain MD Surg FSF, with deliveries expected at Fort Stewart, Georgia within 20 days after contract award. Bidders are required to specify their source and part number, and must adhere to technical and quality requirements outlined in the DLA Master List. Contact for the solicitation is provided to facilitate communication and ensure compliance with the stated conditions.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 13 hours ago

DEADLINE

in 6 days

View Details
NAICS: 339113
New
Federal

GAUZE, ABSORBENT, IOD

The contract covers the procurement of absorbent gauze impregnated with iodoform, supplied in rolled form measuring 5 yards by 0.25 inches per unit. Each unit is issued individually and must meet a strict shelf life requirement of 36 months, with no more than five months elapsed between the manufacturing date and delivery to the government. Packaging must comply with commercial standards specified in the procurement documents, ensuring proper sealing and protection from damage. In addition, labeling must follow the latest Medical Marking Standard No. 1, which supersedes previous military marking standards, and must include key details such as the manufacturer’s date, expiration or retest date, contract number, and lot number. The contract utilizes specification codes indicating the product is a Type I item with a non-extendable 36-month shelf life. It incorporates technical and quality requirements referenced through the DLA Master List, adhering to the latest revisions effective at the solicitation or award date. The procurement requires packaging that supports safe transport and delivery at the lowest carrier rate to the specified location, which is Fort Stewart. Bidders must specify the source and part number for the item, identified under NSN 6510-01-519-5240, with a quantity of one unit requested and delivery expected within 20 days from the award date. The Department of Defense, through its Medical Supply Chain MD SURG FSF, administers this federal contract, with the primary point of contact being Marc Canalichio.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 13 hours ago

DEADLINE

in 6 days

View Details
NAICS: 339113
New
Federal

LITTER, RIGID, SEA-AI

The contract involves the procurement of three rigid sea-air rescue litters designed for medical evacuation purposes. These litters have specific dimensions of 80 inches in length and 16.5 inches in width, featuring a stainless steel or corrosion-resistant metal frame combined with a cloth stretcher and a urethane-coated carrying case. The litter is designed to be foldable for ease of transport, allowing it to be hoisted vertically or horizontally, backpacked, or carried hands-free, which facilitates transport into confined spaces. The unit is colored orange for high visibility and built to meet strict technical and quality standards as delineated by the DLA Master List of Technical and Quality Requirements. The contract emphasizes adherence to packaging standards and environmental safety, prohibiting the intentional use or direct contact of mercury or mercury compounds with any hardware or supplies, except in certain functional applications such as batteries or required instruments. The supply must also comply with removal of government identification from non-accepted items. The delivery timeframe is set at 30 days after award, with the solicitation handled by the Department of Defense's Medical Supply Chain. The purchaser requests bidders to specify the source and part number for the supplies offered, ensuring traceability and compliance with contract specifications. The primary point of contact for this solicitation is Lisa Thomas-Wright, reachable via provided email and phone.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 13 hours ago

DEADLINE

in 6 days

View Details
NAICS: 339113
New
Federal

BANDAGE, ELASTIC

The contract specifies the procurement of elastic bandages under the product description "BANDAGE, ELASTIC," particularly the Coban brand measuring 3 inches by 5 yards per roll, tan in color. Each box contains 24 rolls packaged as a single unit, with the bandage designed for ease of application, wrapping compresses without slipping, and protecting the treated area. The bandages must have a minimum shelf life of 36 months, with no more than five months elapsed from the manufacturing date to the delivery date to the government. All shelf life markings are required to comply with the latest Medical Marking Standard No. 1 (MMS1A), including essential labeling such as the manufacturer date, expiration or retest date, contract number, and lot number. Packaging must conform to commercial standards to ensure protection during transport and delivery, using sealed unit containers and appropriate shipping cartons that secure acceptance and safe arrival by common or other carriers. This solicitation, identified as SPE2DS-26-T-7163 and issued by the Department of Defense’s Medical Supply Chain MD SURG FSF, requires delivery to Fort Stewart within 20 days. Bidders are instructed to specify the source and part number of the product supplied, with the National Stock Number (NSN) for this item being 6510-00-105-5807. The contract incorporates several technical and quality requirements referenced by specific codes (such as RS060 and RA001), emphasizing compliance with DLA master lists and packaging standards. The document also mandates the removal of government identification from non-accepted supplies. The point of contact for inquiries is Mary-Kathryn Donahue, reachable via email or phone.

MEDICAL SUPPLY CHAIN MD SURG FSF

POSTED

about 13 hours ago

DEADLINE

in 6 days

View Details