Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2019 FBO #6484
SOLICITATION NOTICE

65 -- Ceiling Mounted Patient Lifts

Notice Date
8/23/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;VHA Regional Procurement Office Central;Network Contracting Office 10;3140 Governor’s Place Blvd. Suite 210;Kettering OH 45409-1337
 
ZIP Code
45409-1337
 
Solicitation Number
36C25019Q1372
 
Response Due
8/30/2019
 
Archive Date
9/29/2019
 
Point of Contact
Contract Specialist
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
36C25019Q1372 Page 1 of Page 2 of 45 Page 1 of 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; quotes are being requested and a written solicitation will not be issued. The Department of Veterans Affairs, Dayton VAMC, Dayton, OH, 45409, has a need to purchase Ceiling Lifts. The RFQ number is 36C24719Q1372. The government anticipates making an award as a firm-fixed price contract resulting from this solicitation. This combined synopsis solicitation RFQ and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular 2019-05 (08/13/2019). The North American Industrial Classification System (NAICS) code for this procurement is 339112, standard size is 1,000 employees. The combined synopsis solicitation is: 100% Set-Aside for Service Disabled Veteran Owned Small Businesses (SDVOSB s). If award cannot be made, the solicitation will be cancelled, and the requirement resolicited. Responses shall be on an all or none bases, no partial submissions will be accepted. New product(s) only. The Government reserves the right to make no award at all. Quotes must be valid for 60 days. Brand name or equal Delivery: shall be provided 30 90 days ARO FOB Destination. The contractor shall deliver line all line items to the following address: Dayton VA Medical Center Attn: Lorraine Cheek 4100 West Third. St Dayton, OH 45428-9000 Award shall be made to the offeror whose quotation is the lowest price technically acceptable. The government will evaluate information base on the following evaluation criteria: price, delivery, and technical acceptability. Price This is the total amount of the offeror s quotation to include all items listed on the schedule of supplies and any charges for shipping/handling. Delivery This is the offeror s ability to deliver the equipment within 30 90 days ARO. Technical Acceptability This is the offeror s ability to provide equipment in accordance with the following salient characteristics: Minimum Salient Characteristic(s) The Lift Unit shall be constructed of a steel frame system (2205lbs /1000kg tested) driven by a gear reduced high torque motor Lifting capacity: 550, 770, 825, 1100 lbs. SWL Emergency lowering device, with Redundant, manual lowering device. Emergency stopping device Current limiter for circuit protection in case of overload Safety device that stops the motor to lift when batteries are low Lifting speed: 2.3in/s (6 cm/s), 1.6in/s (3.5cm) in full capacity Cab: VO plastic-fire retardant, UL 94 Vertical axis motor at approximately 110 watts Emergency brake (in case of mechanical failure) Strap length up to 90in (2.3m) tested for 2998lbs (1360kg) Electronic soft-start and soft-stop motor control Integrated Scale with readout in hand control Service Modules with usb connection in hand control, CLM via Wifi (Capable per individual motor IR remote-controlled motor and rail travel-locks(powered). Easily removable motor assembly (without dismantling rails). The Ceiling Track shall be made from high strength extruded aluminum T66081-T5 at a thickness of 3/16" (4.8mm). The Ceiling Track maximum span lengths shall be 13 3 (B-rail) and 20 8 (C-rail) at 770 lbs. capacity; 13 4 (B-rail) and 19 6 (C-rail) at 825 lb. capacity; 10 10 (B-rail) and 17 6 (C-rail) at 1,1000 lbs. capacity. Vertical Movement-DC Motor 1. Type: Class A, fully enclosed, permanent magnet. 2. Rating: 33Vac, 2.5A, 110W, 4000RPM, 0.3N-m. 3. Mounting: Secured to chassis. The life cycle (number of charging cycles) for batteries shall be in compliance with IEC 801-2. Provide rechargeable batteries with up to 120 transfers with a load of 200lbs (74kg) and up to 70 transfers with its maximum rated load Charger Input: 100-240 Vac, 50/60 Hz. B. Charger Output: 33 Vac, 2.5 A max. Continuous charge via rail system 36C25019Q1372 Page 1 of Page 45 of 45 Page 1 of NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-AUG-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/DaVAMC552/DaVAMC552/36C25019Q1372/listing.html)
 
Place of Performance
Address: Dayton VA Medical Center;4100 W. Third St;Dayton, OH
Zip Code: 45428
Country: United States
 
Record
SN05416501-F 20190825/190823230033 (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.