Delaware Bids > Bid Detail

6515--Brand Name or Equal to: Triton 6E Traction Tables with (Advanced Package) Blue, with Triton DTS Advanced System –Accessory Package This is NOT a Request for Quote.

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159134607990627
Posted Date: Apr 4, 2023
Due Date: Apr 11, 2023
Solicitation No: 36C24423Q0684
Source: https://sam.gov/opp/2d02f328ca...
Follow
6515--Brand Name or Equal to: Triton 6E Traction Tables with (Advanced Package) Blue, with Triton DTS Advanced System –Accessory Package This is NOT a Request for Quote.
Active
Contract Opportunity
Notice ID
36C24423Q0684
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2023 10:25 am EDT
  • Original Response Date: Apr 11, 2023 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Jun 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Wilmington VA Medical Center Wilmington, , DE 19805
    USA
Description
STATEMENT OF NEED & SALIENT CHARACTERISTICS

Triton 6E Traction Table (Advanced Package) Blue

Brand Name or Equal

The Wilmington VA Medical Center (Wilmington VAMC) Rehab Department is in need of a new Brand Name or Equal to requirement for three (3) (1 of each to each of 3 locations) - Triton 6E Traction Table (Advanced Package) Blue, and Triton DTS Advanced System Accessory Package ONLY. These units are needed at all 3 locations where Physical Therapy services are offered. For years, the department has unsuccessfully attempted to treat these conditions with cheaper, portable models. These will be replaced with units that represent innovative and new technology and updated systems. Replacing this equipment will standardize the equipment that is state of the art and has multiple application uses and is necessary so that therapists traveling between sites will be familiar with the use of the equipment.
The Wilmington VA Medical Center, The Dover CBOC, and the Cape May CBOC are all in need of these Triton 6E Traction Tables that can accommodate multiple patient positions along with an advanced accessory package. This is a solicitation for Brand Name or Equal.

The units must be rated for commercial use to withstand heavy use be within hospital specification standards.

ITEM NUMBERS
DESCRIPTION/SUPPLIES/SERVICES
QTY
UNIT PRICE
AMOUNT
4769E102US
Triton 6E Traction Table (Advanced Package) Blue
3
EA
11170.00
8250
Triton DTS Advanced System Accessory Package ONLY
3
EA
4679.59

Salient Characteristics:

The 1st piece of equipment is the traction table and must:
Be an advanced electric traction table, powered by 6 modern actuators, assist in friction-free movement of head, pelvic, chest and leg sections
Ideally positioned hand remote control to allow for easy access around the table
6-section treatment table to provide maximum patient comfort in prone and supine positions for manual and traction therapy
Pelvic tilt section can be adjusted from 0° to 20° to aid flexion of lumbar spine and to help address pelvic asymmetry
Head piece can be repositioned from -30° to +40° to allow easy access to thoracic and cervical spine and has a foldaway grab bar
Atmospheric LED light system in table frame, with cycling or fixed modes
Tuck-away grab bars for hanging traction without thoracic restraint
Heated cushions provide greater patient comfort with table controls to regulate both the heating and lighting functions
Easy to transport and secure once in with 4 retractable feet/castors
Integrated cable and power cord system
Pivoting traction mount
The 2nd piece of equipment is the advanced accessory package and includes:
2841 DTS Triton Traction Unit
Fully programmable DTS pull patterns deliver pull forces that closely mimic the hand-delivered feel clinicians provide
Isolation of all phases of pull with independent timing for pretension, progression, traction and regression
Variable speed control for ultimate patient comfort and increased treatment flexibility
Programmable pretension prior to initiation of traction therapy eases guarding and provides greater comfort for the acute patient
Five unique pull patterns add gradient, progressive range of motion and oscillations
Clinical Protocols? for cervical and lumbar conditions
Memory storage for 80 user-defined protocols
Static, intermittent, and cyclic traction options
Full-color clinical graphic library includes anatomical images, common pathologies, and detailed belting technique tutorial
Digital high resolution color touch screen interface that pivots 270 degrees
Patient Data Cards record relevant treatment data such as patient treatment sessions, pre- and post-treatment patient pain scales, pain mapping and pain types
2825 QuikWrap DTS Belt Set
A/P pull force is distributed evenly to eliminate slippage
Universal fit with hook and loop closure
No buckles or belts over patient contact areas
Includes Thoracic belt, pelvic belt and pelvic belt extender
42901 Knee Bolster
9296 Stabilizer Pressure Biofeedback
7040 Clinical Cervical Traction System includes Clevis for mounting to table
Unit pulls at base of occiput for effective traction
No head halter needed
No TMJ pressure point

Lift gate truck delivery
White glove service specified to have equipment delivered, unpacked, installed and all material removed.

The equipment will be installed in 3 different locations:

Wilmington: Wilmington VA Medical Center,
1601 Kirkwood Hwy
Wilmington, DE 19805

Dover CBOC: Dover CBOC
65 S. Bay Rd.
Unit 3C - Rm 203
Dover, DE 19901

Cape May CBOC: Cape May CBOC
3801 US 9 South
Rm 110
Rio Grande, NJ 08242
Delivery: As soon as can be accomplished

Delivery accepted by Donelle Mitchell Donelle.mitchell@va.gov 302-287-3673

Brand Name or Equal
      (a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation.
      (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must-
           (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation.
           (2) Clearly identify the item by-
                (i) Brand name, if any; and
                (ii) Make or model number.
           (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
           (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
      (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
      (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation.
Instructions

The information identified above is intended to be descriptive, of the Brand Name or Equal to - Triton 6E Traction Table (Advanced Package) Blue, and Triton DTS Advanced System Accessory Package ONLY, 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 mentioned above.

Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112.

Please answer the following questions:

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.)?
Is your company considered small under the NAICS code identified under this RFI?

Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.


(6) 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?


(7) If you intend to subcontract 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 subcontracted work and completion of job.
(8) 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 number.


(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) 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.

(10) Please submit your capabilities regarding the brand name equipment.


(11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.


This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on April 11, 2023. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0684 in the subject of the email response.

Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago.

All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.

If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Sources Sought Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov

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. 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.
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 04, 2023 10:25 am EDTSources 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 >