Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2008 FBO #2490
SOLICITATION NOTICE

65 -- LOKOMAT PRO ROBOTIC GAIT ORTHOSIS

Notice Date
9/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs, VA North Texas Health Care System, Department of Veterans Affairs No. Texas Health Care System, Department of Veterans Affairs;North Texas Veterans Health Care Center;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
VA-257-08-RQ-0288
 
Response Due
9/24/2008
 
Archive Date
11/23/2008
 
Point of Contact
Belinda L CookContract Specialist<br />
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOLE SOURCE combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Questions are NOT being requested and a separate written Request for Quotations will not be issued. Under the authority of FAR 6.302-1 "Only one responsible source and no other supplies and services will satisfy agency requirements the Veterans Affairs North Texas Health Care Systems (VANTHCS), 4500 S Lancaster Road, Dallas, Texas 75216 anticipates entering into sole source procurement with HOCOMA, INC. for Lokomat Systems (Treadmill for Spinal Cord). This requirement will be done as a Small Business Set-Aside.The Government believes Hocoma, Inc is the only responsible source that can provide the equipment and supplies that will satisfy the agency requirements. This system consists of Robotic Gait Orthosis and an advanced body weight support system combined with Treadmill. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS (ii) the reference/solicitation number is VA-257-08-RQ-0288 and the solicitation is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a contract and corresponding purchase order. (iii) The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full test. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (iv) North American Industry Classification System (NAICS) code is 334510 (size standards: 500 employees) applies to this solicitation. (v) Items to be purchased are the following: (1) Lokomat Pro with components Lokomat Robotic Gait Robotic Orthosis, Lokobasis, Treadmill. 1 each. (2)Installation, 1 each. (3) Service/Operational Manuals, 2 each. (vii) Delivery and acceptance of deliverables will be FOB: Destination within 45 days after receipt of order to VA North Texas Health Care Systems (4500 S. Lancaster Road, Bldg. 44, Dallas, Texas 75216. All items offered must comply with FAR 52.211-6 Brand Name or Equal and must have the alike salient characteristics of the items stated above to include technical documentation to support products being offered as equal items. The Contractor is responsible for all freight and packaging charges. If offering an equal product, your offer must include product literature, product samples (if requested), technical features, warranty provisions, and any training and or installation that will be required. (viii) The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, applies to this solicitation and incorporate the following addenda to 52.212-1, 52.204-6 Data Universal Numbering System (DUNS) Number; VAAR 852.211-70 Service Data Manuals, 852.233-70 Protest Content; 852.236-76 Correspondence; 852.237-70 Contractor Responsibilities; 52.270-1 Representatives of Contracting Officers. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items applies to this requirement. The Government will award a firm fixed price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability to meet the Governments Requirements; Past Performance, Price and price related factors. (x) The provision at 52.212-3, Offeror Representations and Certification, Commercial Items, applies to this solicitation. The contractor shall either (1) return a completed copy of this provision with its quote (a copy of the provision may be attained from http://www.arnet.gov/far); or (2) complete the Online Representations and Certifications Application (ORCA) at http://www.bpn.gov and reference it in their quote. (xi) The clause at 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) 52.21-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212-5 are considered checked and are applicable to this acquisition: 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claim, 52.219-6, Notice of Total Small Business Set-Aside 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.219-28 Post Award Small Business Program Representations; 52.222-3 Convict Labor, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. In additional 52.247-34 F.O.B. Destination, 52.211-6 Brand Name or Equal, VAAR Brand Name or Equal 852.211-77. VAAR 852.211-72(a) Rejected Goods applies to this acquisition. (xiii) To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. (xiv) Anyone wishing to respond to this notice must show clear convincing evidence that they can meet these requirements. Interested parties that feel they have the ability to provide the required service must submit in writing their qualifications and capabilities information including technical data and pricing into this office for consideration. Such qualifications, capabilities and pricing will be used solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. RESPONSES ARE DUE September 24, 2008 at 11:00 a.m. Central Standard Time. (xv) Submit Faxed or Electronic quotation to Belinda Cook, Contracting Officer at (214) 857-0027 with signed original forwarded by mail to: Belinda Cook, Contracting Officer (90C), VA North Texas Health Care Systems, Bldg. 8, 4500 S. Lancaster Road, Dallas, Texas 75216. Signed original is not required by due date, as long as faxed copy is received. Electronic Mail should have a scanned electronic signature. Offerors that fail to furnish required representations or technical information as required by FAR Clause 52.212-1 or reject the terms and conditions of this solicitation, may be excluded from consideration. All products being proposed shall be FDA approved and meet all applicable standards regulations. The Federal Contractor Program require that any contractor receiving a contract from the Federal Government in the amount of $25,000 or any subcontractor receiving a contract in the amount of $25,000 or more from such a covered contractor must file a VETS-100 Report on an annual basis. Please ensure that this report has been filled out.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d7def1b53f7d13be7823a567eadfa7d&tab=core&_cview=1)
 
Record
SN01674388-W 20080920/080918221730-0d7def1b53f7d13be7823a567eadfa7d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.