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. 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 power-assist wheelchair drive device that at a minimum meet the brand name or can possibly provide an equal product for the Greater Los Angeles VA Medical
Center. Brand Name Information: Manufacturer & Part Number: Dane Technologies, Part # 120-065 Type: Standard Manufacturer & Part Number: Dane Technologies, Part # 120-066 Type:
Bariatric Equal to product Information: Main component: Power-Assist Wheelchair Drive Device Possible Capabilities: able to push patients weighing up to 550 lbs., connects to wheelchair
widths ranging from 18 -24 (W) Main component: Power-Assist Wheelchair Drive Device, Bariatric Version Possible Capabilities: able to push patients weighing up to 750 lbs., connects to
wheelchair widths ranging from 26 -30 (W) Salient Characteristics: Power-Assist Wheelchair Drive Device, Standard Must be a power-assist drive device that attaches to wheelchairs from
behind allowing the operator to push the wheelchair Must be able to accommodate patients weighing up to 550 lbs. Must be able to connect to a variety of standard-sized wheelchairs that
include, but is not limited to, 18 -24 (W) Must have safety mechanism preventing rollaway chairs and rollbacks Must come with an emergency stop feature for patient and staff safety Must
be battery powered Power-Assist Wheelchair Drive Device, Bariatric Must be a power-assist drive device that attaches to wheelchairs from behind allowing the operator to push the
wheelchair Must be able to accommodate patients weighing up to 750 lbs. Must be able to connect to a variety of bariatric-sized wheelchairs that include, but is not limited to, 26 -30 (W)
Must have safety mechanism preventing rollaway chairs and rollbacks Must come with an emergency stop feature for patient and staff safety Must be battery powered 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 can provide 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 Thursday, May
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.