Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. 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 339113 (size standard of 800 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 an electric bariatric shower-toilet chair that at a minimum meets the brand name and/or can possibly provide an equal product for the Long
Beach VA Medical Center. Brand Name Information: Manufacturer & Part Number: Lopita & Part # 5100 5300 Type: Elexo XXL Shower-Toilet Chair Possible Capabilities: electronic height
adjustable, wheel caster system, tiltable, weight capacity of 485 pounds Equal to product Information: Main component: Electric, Bariatric Shower-toilet Chair Possible Capabilities:
electronic height adjustable, wheel caster system, tiltable range of 0-17º or greater, weight capacity of 485 pounds or greater, suitable for shower use Salient Characteristics:
Electric, Bariatric Shower-toilet Chair Must be an electric, bariatric shower-toilet chair Must have a maximum patient weight capacity of 485 pounds or greater Must have a minimum seat
dimension of 27 (W) and 21 (L) to accommodate a variety of patient sizes and for patient comfort Must be able to operate electronically the height-adjustable settings Must come with a
hand control with a suspension hook Must come with fold-out footrests with calf protection Must be able to fold up and have removable leg supports Must have a foldable, padded armrests
with a front lock for lateral transfers Must be suitable for shower use with a minimum water resistance rating of IPX4 Must be able to be moved into position over a toilet Must have tilt
adjustment that includes the range 0-17º Must have a guide for a plastic commode pan Must come with a battery charger Must come with a rechargeable battery Must have
corrosion-resistant stainless steel, galvanized, and polymer parts for patient hygiene and safety Must come with a 4-point safety belt with stainless steel locking for patient safety Must
have a wheel system that has swivel casters and brakes Must have swivel casters that are approximately 5 in diameter for patient safety Must have a backrest and seat Must have a minimum
wheelbase dimension of 35 (W) and 33 (L) for stability and patient safety Must come with an on/off switch, emergency stop, and emergency lowering for patient safety 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 organization s
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 Bridgett.Sharma@va.gov. Telephone responses will not be accepted.
Responses must be received no later than Tuesday, April 4, 2023 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.