Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 16, 2025 SAM #8633
SOURCES SOUGHT

65 -- AMA Specialty Bed Rental/Maintenance

Notice Date
7/14/2025 11:00:41 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
257-NETWORK CONTRACT OFFICE 17 (36C257) San Antonio TX 78240 USA
 
ZIP Code
78240
 
Solicitation Number
36C25725Q0752
 
Response Due
7/21/2025 1:00:00 PM
 
Archive Date
08/05/2025
 
Point of Contact
Francisco J Mendoza, Contract Specialist, Phone: (713) 791-1414
 
E-Mail Address
Francisco.Mendoza@va.gov
(Francisco.Mendoza@va.gov)
 
Awardee
null
 
Description
*= Required Field Sources Sought Notice Page 1 of 4 1. This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the procurement of Hospital Beds to support the Amarillo Texas Veterans Affairs Health Care System. 2. Background and Requirement: The Amarillo VA Medical Center has a lease and maintenance requirement of bed frames and mattresses for continuation of patient care for admitted patients placed in temporary bed locations when appropriate acute care beds are not immediately available. The contractor shall provide lease and maintenance of bed frames and mattresses to the Amarillo Medical Center at 6010 West Amarillo Blvd, Amarillo, TX 79106 to include frames and mattresses for bariatric and tall patients. Contractor must be available for deliveries 24/7, which includes weekends and all National Holidays. For deliveries outside normal business hours the contractor will contact the facility Nurse Manager on Duty (NOD) ext 4004 to coordinate with Unit Charge Nurse the delivery and set up of equipment. Contractor must have all leased equipment properly tagged for proper vendor identification. Contractor must be able to deliver all lease equipment requests within 4 hours of request and in proper working condition. All bariatric and standard equipment must be inspected by Nursing/Biomed prior to placing in service. Communication of status for equipment arrival and possible delays will be required for proper planning of personnel availability up until the delivery is complete. All lease equipment must be cleaned and decontaminated prior to bringing to the facility. The equipment must be sanitized and ready for immediate patient use utilizing specified and traceable infection control and quality control guidelines as set forth by the JCAHO standards for both pre-delivery inspection (PDI) and pre-maintenance inspections (PMI) See the attached Statement of Work for additional details. 3. If this is an item your business can provide, please respond to this Sources Sought Notice by 3:00 PM Central Time on Monday, 21 July 2025. 4. The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. b. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. c. Respond to this notice if you can provide the exact brand name products listed in the requirement section above. In the response, please cite your business size status. d. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. e. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). 5. Responses should include: (1) Place of Manufacture (USA Made products are preferred) (2) Business Name (3) Business Address (4) Point of Contact - Name - Phone Number - E-mail Address (5) SAM UID Number (6) NAICS code (7) Business Size: SMALL or LARGE (8) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment and/or services if applicable (10) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. 6. Send responses to Frank Mendoza at Francisco.Mendoza@va.gov. DISCLAIMER: This notice complies with the requirements of FAR 5.201 and is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice. End of Document
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ad2f94612734cef8cb95bce7e15174f/view)
 
Record
SN07508774-F 20250716/250714230052 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.