MODIFICATION
65 -- Physical and Occupational Rehabilitation Unit
- Notice Date
- 5/9/2011
- Notice Type
- Modification/Amendment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 88 CONS/PK, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-P-0146(ss)
- Archive Date
- 6/30/2011
- Point of Contact
- Jennifer R. Begg, Phone: 9375222277
- E-Mail Address
-
Jennifer.Begg@wpafb.af.mil
(Jennifer.Begg@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) DATE TO SUBMITE HAS BEEN EXTENDED UNTIL 16 MAY 2011. The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a physical and occupational rehabilitation unit, that will be used to evaluate and treat patients with musculoskeletal disorders, performing functional capacity evaluations, and simulate work environments. Firms responding should specify how their system meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to should be included to determine commerciality. The required specifications for the System are as follows: ***BRAND NAME OR EQUAL*** Quantity of one (1): Manufacturer: BTE Technologies Model: PRIMUS RS System or Equal • Size Similar to: Weight 805 lbs; Height 78 inches; Base Width 28 inches; Base Length 45.5 inches • Shall test and treat all patients with one piece of equipment o Integrate primal pictures IFA software for education o Post-treatment objective performance feedback o High load eccentrics for stretch-shorten contractions o Rhythmic stabilization for advanced training o Exercise and test templates for efficiency o Pre-set consistency of effort testing templates o Isokinetic evaluation templates • Shall have Windows XP software operating system • Touch screen flat panel monitor • Ergotron swing arm with integrated LCD/Keyboard • Velocity Measure • Maxim lifting capability of 200 lbs • Isometric 140 lbs • Continuous passive motion mode • Ability to replicate thousand of real world activities; for example turning a small door know or steering wheel, lifting a heavy crate • Have very low resistance levels with specially designed attachments for training • Ability to objectively evaluate patients with hand injuries • Equipment shall offer a flexibility in attachments, set-up configuration and software options • Operator ability to set unequal concentric and eccentric resistance to utilize plyometrics or rhythmic stabilization techniques • Must be able to train and evaluate the following options: isometric, isotonic, and isokinetic • Must have eccentric muscle loading in a variety of ratios and unequal torques Quantity of one (1) BTE PRIMUS RS Patient Chair or Equal • Size similar to: Weight 160 lbs • Chair must be able to turn into a bench All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 334510. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Capabilities package: All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Jennifer.Begg@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Jennifer Begg, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 1:00 p.m. Eastern Standard Time, 13 April 2011. Direct all questions concerning this acquisition to Jennifer Begg at Jennifer.Begg@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-P-0146(ss)/listing.html)
- Record
- SN02443136-W 20110511/110509234454-ad1a718497d6ff4eb207d995d4443ac6 (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 |