Statement of Need VA Pittsburgh Healthcare System CAPSA Avalo Auto lock Medical Carts (Brand Name or Equal to) Background Brand name or equal to Avalo series treatment carts. Justification: The VA Pittsburgh Healthcare System Critical Care Service Line has a new requirement for medical carts. VA Pittsburgh Healthcare requires carts with auto lock carts in every patient room and auto lock portable carts for line insertion and blood draws that will safely secure medications or supplies as needed. Item Product Model Product Description Qty 1 AM8MC-LCD-ADR121 CART,MEDICAL,8H-MLD,FUL-DWR,AUTO-LK,LCD 49 2 AM9MC-LCG-ADR221 CART,MEDICAL,9H-MLD,FUL-DWR,AUTO-LK,LCG 10 3 AM9MC-LCB-ADR221 CART,MEDICAL,9H-MLD,FUL-DWR,AUTO-LK,LCB 5 Salient Characteristics/Requirements . CART,MEDICAL,8H-MLD,FUL-DWR,AUTO-LK,LCD AUTO RELOCK LOCKING SYSTEM * NO HANDLE * LIGHT CREME / DARK CREME * 1 EACH 3" DRAWER * 2 EACH 6" DRAWER W/ DIVIDERS * 1 EACH 10" DRAWER W/DIVIDERS 12" SHELF, 300W AVALO AVALO 3" "S" SUPPLIES DRAWER DIVIDER KIT AVALO DRAWER SUB-DIVIDER STANDARD-7 AVALO DRAWER SUB-DIVIDER STANDARD-3.5 REMOVE LOCK TAB PER DRAWER, GENERAL USE CART,MEDICAL,9H-MLD,FUL-DWR,AUTO-LK,LCG AUTO RELOCK LOCKING SYSTEM * NO HANDLE * LIGHT CREME / EXTREME GREEN * 2 EACH 3" DRAWER * 2 EACH 6" DRAWER W/ DIVIDERS * 1 EACH 10" DRAWER W/DIVIDERS AVALO 3" "S" SUPPLIES DRAWER DIVIDER KIT CSTM, DISP DWR 13" W/PLST DIVIDERS UPGRADE, DRAWER EXTENSIONS, 300W FLEX DIV ASSM, PC10"X3W DR, DIV-2/SDIV-3 DRAWER DIVIDER, FLEX, 10" AV PLST DRWR UPGRADE, AV CASTERS, TRACKING UPGRADE, AM HANDLE LEFT, LIGHT CREME, 9 AVALO DRAWER SUB-DIVIDER TALL-7 AVALO TOP MAT-S CART,MEDICAL,9H-MLD,FUL-DWR,AUTO-LK,LCG AUTO RELOCK LOCKING SYSTEM * NO HANDLE * LIGHT CREME / EXTREME BLUE * 2 EACH 3" DRAWER * 2 EACH 6" DRAWER W/ DIVIDERS * 1 EACH 10" DRAWER W/DIVIDERS AVALO 3" "S" SUPPLIES DRAWER DIVIDER KIT UPGRADE, AV CASTERS, TRACKING UPGRADE, AM HANDLE LEFT, LIGHT CREME, 9 AVALO DRAWER SUB-DIVIDER TALL-7 Period of Performance Delivery no more than 60 days after contract award. DELIVERY Delivery will be made to VAPHS locations: North Loading Dock | University Drive C., Pittsburgh, PA 15240 Normal hours of operation are Monday through Friday from 7:30am am to 3:00 pm, excluding holidays. Federal Holidays observed by the VAMC are: New Years Day                         Labor Day Martin Luther King Day           Columbus Day Presidents Day                       Veterans Day Memorial Day  Christmas Day Juneteenth                           Thanksgiving Day Independence Day Logistics will receive these items, PPM will place EE tags, and BioMedical Engineering will need to perform a safety check and enter the equipment into the system for annual Preventive Maintenance (PM) checks. REPAIR AND MAINTENANCE The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. REQUEST FOR INFORMATION INSTRUCTIONS: 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, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113 (size standard of 1000 employees). 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? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? Must have an authorized distributor letter from the original equipment manufacture. 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. 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. 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? 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. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 12. Telephone responses will not be accepted. Responses must be received via e-mail to andrew.taylor@va.gov no later than, 4:00 PM Eastern Time (ET) on February 13, 2024. This notice will help the VA in determining available potential sources only. 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 Contracting Officer, Andrew Taylor. Questions or responses will include the Source Sought number 36C24526Q0239 in the subject line. 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. Any interested business concern must submit a capability statement addressing its ability to meet the requirements listed above to capability statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. 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 Contracting Officer at andrew.taylor3@va.gov include 36C24426Q0239 in the subject line. DISCLAIMER This RFI Notice of Intent 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. End of Document