Virginia Bids > Bid Detail

6140--Howard Medical Carts Rechargeable Batteries VA Loma Linda Healthcare System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 61 - Electric Wire, and Power and Distribution Equipment
Opps ID: NBD00159288745698904
Posted Date: Apr 8, 2024
Due Date: Apr 12, 2024
Solicitation No: 36C26224Q0896
Source: https://sam.gov/opp/70da9bf411...
Follow
6140--Howard Medical Carts Rechargeable Batteries VA Loma Linda Healthcare System
Active
Contract Opportunity
Notice ID
36C26224Q0896
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 07, 2024 09:55 pm PDT
  • Original Response Date: Apr 12, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jul 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6140 - BATTERIES, RECHARGEABLE
  • NAICS Code:
    • 335910 - Battery Manufacturing
  • Place of Performance:
    Department of Veteran Affairs VA Loma Linda Healthcare System Loma Linda , 92357
    USA
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below.

Contract Title:
VA Loma Linda Healthcare System (VALLHS) request for Howard Internal PowerMax 150 Lithium Iron Phosphate battery (655 Whr 52.1 ah).

Background:
VALLHS has a requirement to replace hot swap batteries that are at end-of-life for their current Howard Medical WOW carts. The healthcare center also requires that a subject matter expert (SME) engineer, that works with the vendor, be on-site during the installation of the batteries to assist and advise on safe placement of the new batteries.

Scope:
The vendor shall delivery 335 batteries to delivery address. The batteries will be inspected for acceptance and all accepted items will be received. The vendor shall schedule a date and time for the engineer/SME to be on-site to assist/advise with the installation of the new batteries.

Requirements/Salient Characteristics:
Battery must be compatible for internal housing with the current Howard Medical HI-Care Version 2 WOW carts
Battery must recharge to 100% in no less than 3 hours
Battery must weigh no more than 15lbs
Batteries must have a high life cycle
Battery must be a rechargeable lithium iron phosphate battery
Battery must be able to power devices up to 150W (150VA)
Battery must operate at a minimum of 655 Whr 52.1 ah
Required fuses, cables, brackets shall be included and fit the Howard Medical WOW carts
Engineer/SME shall be available for no less than 8 hours for on-site instruction

Deliverables:

NOTE: Potential offers must be aware that the items being acquired are procured as Brand Name or Equal. For those items that are or equal , a description of the salient characteristics is outlined above #4 Requirements/Salient Characteristics. The FAR Clause 52.211-6 Brand Name or Equal applies to this acquisition. Any items quoted as equal not confirming to the requirements of clause 52.211-6 will be considered non- responsive and not considered for award.

For equivalent servers other than ScriptPro, offerors may create additional line items for additional feature/accessories required in order to meet the salient characteristics above. Offerors must include the brand name and model# if different than listed below and must provide product brochures and evidence that the equivalent brand meets the requirement.

No remanufactures or gray market items will be acceptable. Vendor shall be an Original Equipment Manufacturer (OEM), authorized dealer, authorized distributor or authorized reseller verified by an authorization letter or other documents from the OEM.
CLIN
Description
QTY
UOM
0001
Loma Linda VA Battery Retrofit, replace Scott-Clark Hot Swap battery system for standard Howard Internal PowerMax 150 with 655 Whr (51.2 ah) Lithium Iron Phosphate Battery Rechargeable, high-efficiency power system; for powering devices up to 150W (150VA); 20A charger; 120VAC true sine output; battery supports long cycle life, fast recharge, and is durable, safe, environmentally friendly and lightweight.

Features:
Long battery life; high cycle life
Fast charging (100% recharge in about 2.8 hrs)
Durable- recovery from prolonged discharge
Lightweight 13.2 lb Battery

Includes:
-51 ah Battery with harness
- Fuse & Disconnects Bracket
- coms cable

Reuses existing power supply unit, which requires on-cart updated firmware flash Removes cart 'holding' battery, Scott-Clark rear battery, battery pocket, bracket, and cable.
335
EA
0002
A Howard Medical authorized technician will come on-site to assist in training customer personnel in replacing existing Scott Clark power systems with Howard Medical Standard power systems. The estimated time for this project will be up to 8 working hours during normal business hours, Tuesday-Thursday.

1
EA
Performance Monitoring
Logistics/Nursing

Other Pertinent Information or Special Considerations.
None

Place of Performance.
VA Loma Linda Healthcare System
11201 Benton Street
Loma Linda, CA 92357

Period of Performance.
60 days after receipt of order (ARO)

Items being offered must be in compliance with the Buy American Act.

If you are interested and are capable of providing the required supplies, please provide the following information.

(1) Company Name, Address, Point of Contact
(2) 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.
(3) Is your company considered small under the referenced NAICS code?
(4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number.
(5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(6) Please provide general pricing and product lead time for your products/solutions for market research purposes.
(7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above.
(8) Are the items offered American made? If not, what is the country of origin?

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 335910 (1,250 employees).

Responses to this notice shall be submitted via email to Adrienne.Brown4@va.gov. Telephone responses will not be accepted. Responses must be received no later than 4/12/2024 10:00 AM Pacific Local Time.

After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process.

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service-Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 07, 2024 09:55 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >