Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2006 FBO #1733
SOLICITATION NOTICE

78--78 -- AQUA PT PRO

Notice Date
8/23/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, VA Special Services, Contracting Officer, 1432 Sultan Street, Suite C, Frederick, Maryland 21702-5006
 
ZIP Code
21702-5006
 
Solicitation Number
V4460-0053
 
Response Due
8/31/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR 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. This solicitation V4460-0053 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-12. No telephone requests will be accepted. Only written requests received directly from the requester are acceptable. If requesting by FAX, you may send your request to 301-619-3613, ATTN: Leroy Dawson. The North American Industry Classification System (NAICS) number is 423450 and the business size standard is 100. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. omen and small disadvantaged business are encouraged to submit offers. The proposed order listed here is Set-Aside for Small Business. Listed below are the required line items for this solicitation: 0001 ? Aqua PT Pro Therapy System, this system provides Dry hydrotherapy, Dry Heat Therapy and massage therapy, it is blanketed by a unique waterproof barrier as canopy closes. The pulsating action and location of 36 water jet streams can be viewed through the canopy acrylic window and adjusted with electronic hand control Easy adjustment of the arm supports with a single lever control and a convenient face paper roll system, 3 HP stainless steel pump for more jet force, 36 computer controlled water jets cover three sides of the body, 20 Levels of adjustable water jet force, 12 Levels of adjustable pulsating frequency, Hand-held push button allows the patient to hold the water jets on any specific location, and control water pulsation direction, Massage the relaxed sides of the body in a prone or supine position, Adjustable temperature from 90?F - 104?F, Only requires 18 gallons of distilled water, Full length body support cushion allows the use of supplemental body supports and to suit the client's body shape and condition in either a Prone or Supine position, Transparent canopy to view the action and position of the water jets on the body, Each session requires only 10-20 minutes, No need to clean or drain the system . 18 gallons of demineralized water, Remain clothed and dry, Session timer from 3-20 minutes, self contained - No plumbing - Stainless steel construction. ASI/SDM is a very important feature found standard on the Aqua PT. The Single Direction Massage (SDM) is a selector switch used to change from two direction to one direction (foot to head) massage or contrast massage effects. The Automatic Speed Increase (ASI) is a separate pre-programmed control to increase pulsating water jet frequency and/or travel speed automatically when desired. Minimizes operator attendance time. SDM/Hold Control - a standard feature that fits in the client's hand and allows them to change from two direction to one direction massage with a single click. The easy-press hold button allows the client to position the water jets on specific problem areas - providing interactive vs. passive involvement of client in the therapy process. MFR: AMI INC. of Groton, 1 EA. Cost ________. ?ALTERNATIVE OR EQUAL ITEM BIDS MUST MEET OR EXCEED THE ITEM REQUESTED AND MUST INCLUDE SPECIFICATIONS, MANUFACTURER?S PART NUMBERS AND DESCRIPTIVE LITERATURE SUFFICIENT FOR REVIEW AND COMPARISON?. FOB destination delivery to 314th Medical Group/SGSL, 1090 Arnold Dr., Bldg. 1090, Little Rock Air Force Base, Little Rock AR 72099. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offerors 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: 1) Technically acceptable; 2) Past Performance; and 3) Price. Technically acceptable is more important than past performance and price. Technically acceptable will be evaluated based on the function and operation of the item. To be technically acceptable the item shall meet the Government's specifications. Offerors shall submit descriptive literature, product samples, technical features, and warranty provisions. Past performance is considered more important than price. Past performance will be evaluated to ensure satisfactory business practices and timely performance. Price will be considered as the least important factor. Price will be evaluated to determine its fairness, completeness, and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 5, ,15,16,17,18,19, 20, 21, 23, 24, 26, and 32. 52.233-2, Service of Protest. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it?s DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising; 852.233-70, Protest Content; 852.233-71, Alternate Protest Procedures; 852.273-70, Late Offer. Full text clauses are available at http://farsite.hill.af.mil/VFFARa.htm. The Federal Contractor Program requires that any contractor receiving a contract from the Federal Government in the amount of $25,000 or more, 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. To register, go to http://vets100.cudenver.edu/. Offers are to be received at the Veterans Affairs Special Services (VASS), 1432 Sultan Drive, Suite C, Ft Detrick MD 21702, by mail, fax or email no later than 4:00 P.M. eastern daylight time on 12 September 2006. Contact Leroy Dawson, Contract Specialist, at 301-619-6655 or FAX 301-619-3613. leroy.dawson.ctr@ft-detrick.af.mil
 
Place of Performance
Address: LITTLE ROCK AFB
Zip Code: 72099
Country: United States
 
Record
SN01123252-W 20060825/060823220730 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.