Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
DOCUMENT

65 -- Overhead Mobile Dynamic Support System with Track - Attachment

Notice Date
6/15/2017
 
Notice Type
Attachment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017Q0738
 
Response Due
6/23/2017
 
Archive Date
8/22/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
opher
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Page 1 of 3 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is VA250-17-Q-0738 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code is 333923 Overhead Traveling Crane, Hoist and Monorail System Manufacturing, and small business size standard is 1250 employees. This is a total service disabled veteran owned small business set-aside. The requirement is for one overhead mobile dynamic support system with track which shall allow for the facilitation of supported gait training and fall prevention gait training via safety harness for use at the Louis Stokes Cleveland VA Medical Center. This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at the following address: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99,52.204-4, and 52.232-40 FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Evaluation: will be made using the procedures under FAR 13. Offers will be evaluated on price and other factors. Other factors are Technical and Delivery Schedule. Emphasis on the versatility within the height constraints of the facility. The following VAAR Clauses apply 852.203-70 Commercial Advertising 852.211-70 Service Data Manuals 852.211-73 Brand name or equal 852.219-10 VA Notice of total service-disabled veteran-owned small business set-aside. 852.232-72 Electronic submission of payment requests 852.246-70 Guarantee (at least one year) 852.246-71 Inspection The Following VAAR Provisions apply 852.211-72 Technical Industry Standards Quotes are to be emailed to Christopher Callihan at Christopher.Callihan@va.gov, no later than 06/23/2017 3:00 p.m. EST. Price/Cost Schedule ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 SAFEGAIT 360 BALANCE AND MOBILITY TRAINER 1.00 EA 0002 ONE-YEAR SERVICE CONTRACT 1.00 EA GRAND TOTAL The Louis Stokes Cleveland VAMC, located at 10701 East Boulevard, Cleveland OH 44106, is a medical complex with both tertiary and long-term patients. The SCI/D (Spinal Cord Injuries/Disorders) program at this facility is requesting one overhead mobile dynamic support system with track which shall allow for the facilitation of supported gait training and fall prevention gait training via safety harness. This equipment will be used to provide rehabilitative services to veterans with spinal cord injuries during their hospitalization as well as for outpatient therapies. Specifications: The system shall be an overhead mobile support system with track. The system shall allow for long distance gait training, The system shall allow for ADL (activities of daily living) training in a standing position, The system shall allow for transfer training, The system shall allow for balance training, The system shall allow for stair training, The system shall allow for falls prevention training, The system shall allow for supported wheelchair skills training, The system shall allow for robotic gait training. The system shall provide the ability for 1:1 therapist to patient treatment ratio to facilitate treatment effectiveness, efficiency, and safety. The system must be compatible with the ceiling height (8 feet and 3 ½ inches) requirements for installation with the SCI/D Therapy Gym. For evaluation purposes ensure to provide accurate and thorough descriptions the versatility or limitation of the offered product within the height constraints of the facility The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. EVALUATION CRITERIA/ SUBMISSION OF OFFER All Questions Shall be submitted in writing in response to the Solicitation and are due no later than 21 June 2017 at 3:00 PM EST. Questions shall be emailed to christopher.callihan@va.gov on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 22 June 2017. Christopher A. Callihan Contract Specialist Network Contract Office (NCO) 10 Office: 216-447-8300 x3796 Email: christopher.callihan@va.gov Evaluations will be conducted under FAR Part 13 and any subsequent award will be made to the offeror that provides the best value to the Government. A proposed delivery and installation schedule is to be provided.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017Q0738/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-Q-0738 VA250-17-Q-0738.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3586566&FileName=VA250-17-Q-0738-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3586566&FileName=VA250-17-Q-0738-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106-1702
 
Record
SN04546236-W 20170617/170615235507-3695285cdb74102d7afe42c7bc082c3d (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.