DOCUMENT
65 -- VISUOMOTOR AND COGNITIVE ASSESSMENT/TRAINING SYSTEM Brand Name or Equal to Dynavision D2 Visuomotor Device - Attachment
- Notice Date
- 8/29/2013
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Service Area Office, Central Region 10F;708 South Third Street;Suite 108E;Minneapolis MN 55415
- ZIP Code
- 55415
- Solicitation Number
- VA25613Q1833
- Response Due
- 9/4/2013
- Archive Date
- 10/4/2013
- Point of Contact
- Brian O'Boyle
- E-Mail Address
-
108E<br
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR VISUOMOTOR AND COGNITIVE ASSESSMENT/TRAINING SYSTEM This is a combined synopsis/solicitation for commercial items (supplies) prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and is being conducted pursuant to FAR Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is VA256-13-Q-1833. The synopsis/solicitation constitutes a RFQ and incorporates provisions and clauses in effect through Federal Acquisition Circular No. 2005-69 dated Aug$19130ust 01, 2013. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The associated North American Industry Classification System (NAICS) code is 334510, which has a corresponding size standard of 500 employees. This is 100% set aside for small business and only qualified quoters may submit quotations. The Small Business Administration has granted a Non-Manufacturing Rule Class Waiver for the selected NAICS code. The Department of Veteran Affairs, Houston VA Medical Center has a requirement for One (1) Visuomotor and Cognitive Assessment/Training System; One (1) Extended Warranty; and One (1) Portable Stand. The award will be made to the lowest price technically acceptable (LPTA), responsible quoter. To be technically acceptable the products quoted shall be Brand Name or Equal to Bioness Dynavision D2 Visuomotor Training Device (DYN-4000); Bioness Dynavision D2 Visuomotor Training Device Extended Warranty (DYN-4100); and Bioness Dynavision D2 Portable Stand (DYN-4300). Line Items: Item Number / Description / Quantity / Unit CLIN 0001 / Visuomotor and Cognitive Assessment/Training System, Salient Characteristics: Large board spanning 4 feet high X 4 feet wide; Motorized 28 inch height adjustment range; Floor supported installation system with safety strap (Earthquake Code); Light-weight aluminum, durable construction; Red and green LED lights built to withstand 1,000,000 impacts; Password protected computerized netbook with intuitive interface; ability to store, view, and graph user history; Computer software to activate four (4) operating modes and up to six (6) different light speeds; and Netbook, compatible with any Windows XP compatible printer. Brand Name or Equal to Bioness Dynavision D2 Visuomotor Training Device (DYN-4000) / 1 / PG; CLIN 0002 / Visuomotor Training Device Extended Warranty. Brand Name or Equal to Bioness Dynavision D2 Visuomotor Training Device Extended Warranty (DYN-4100) / 1 / EA; and CLIN 0003 / Portable Stand. Name Brand or Equal to Bioness Dynavision D2 Portable Stand (DYN-4300) / 1 / EA ADDITIONAL DOCUMENTS NEEDED w/ the Quote: If offering a product other than the name brand specified herein, the vendors are required to provide descriptive literature in sufficient detail to determine if the items quoted are technically acceptable in terms of Name Brand or Equal to Bioness Dynavision D2 Visuomotor Training Device (DYN-4000); Bioness Dynavision D2 Visuomotor Training Device Extended Warranty (DYN-4100); and Bioness Dynavision D2 Portable Stand (DYN-4300). Delivery: All items shall be F.O.B. Destination. The delivery address shall be: Central Arkansas Veterans Healthcare System 2200 Fort Roots Drive Building 182 North Little Rock, AR 72205 Federal Acquisition Regulation (FAR) and Veteran Administration Acquisition Regulation (VAAR) provisions and clauses that are included in this solicitation are denoted by the applicable acronyms. FAR 52.252-2, Clauses Incorporated By Reference (FEB 1998) - Full Text This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): WWW.ACQUISITION.GOV (End of Clause) FAR 54.204.99, SAM Registration (SEP 2012) - Full Text FAR 52.211-6, Brand Name or Equal (AUG 1999) - By Reference FAR 52.212-1, Instructions to Offerors - Commercial Items (FEB 2012) - By Reference FAR 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) - By Reference FAR 52.225-2 Buy American Act Certificate (FEB 2009) - Full Text FAR 52.232-39, Unenforceability of Unauthorized Obligations (JUL 2013) - By Reference FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) - Full Text FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (APR 2012) - Full Text The following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition: (12 ii) 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) Alternate I (NOV 2011) (23) 52.219-28, Post Award Small Business Program Representation (APR 2012) (26) 52.222-3, Convict Labor, (JUN 2003) (27) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (MAR 2012) (28) 52.222-21, Prohibition of Segregated Facilities, (FEB 1999) (29) 52.222-26, Equal Opportunity, (MAR 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (38) 52.223-18, Encourage Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (39 52.225-1, Buy American Act-Supplies (FEB 2009) (42) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (48) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) Veteran Administration Acquisition Regulation (VAAR) provisions and clauses: VAAR 852.203-70, Commercial Advertising (JAN 2008) - Full Text VAAR 852.211-70, Service Data Manual (NOV 1984) - Full Text VAAR 852.211-73, Brand Name or Equal (JAN 2008) - Full Text VAAR 852.215-70, Service-Disabled Veteran-Owned and Veteran-Owned Small Business Evaluation Factors (DEC 2009) - Full Text VAAR 852.215-71, Evaluation Factor Commitments (DEC 2009) - Full Text VAAR 852.323-72, Electronic Submission of Payment (NOV 2012) - Full Text VAAR 852.246-70, Guarantee (JAN 2008) - Full Text VAAR 852.246-71, Inspection (JAN 2008) - Full Text VAAR 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (JAN 2008) - Full Text VAAR 852.273-74, Award without Exchanges (JAN 2003) - Full Text In order to comply with the debt collection improvement act of 1966, all contractors must be registered and have an active registration in the System for Award Management (SAM) to be considered for an award of a federal contract. This system combines data that was formerly contained in the Central Contractors Registration (CCR) and Online Representation and Certifications (ORCA). For information, review the SAM website at https://www.sam.gov. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means by 12:00 P.M. CST on September 04, 2013. Quotes must be submitted electronically via e-mail to Brian.OBoyle@va.gov. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service. Potential quoters may direct all inquiries pertaining to the solicitation in writing to Brian.OBoyle@va.gov. Telephone requests will not be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/e8c2cc31898b98169d39f7a08f6b3388)
- Document(s)
- Attachment
- File Name: VA256-13-Q-1833 VA256-13-Q-1833.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=976755&FileName=VA256-13-Q-1833-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=976755&FileName=VA256-13-Q-1833-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA256-13-Q-1833 VA256-13-Q-1833.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=976755&FileName=VA256-13-Q-1833-000.docx)
- Place of Performance
- Address: Central Arkansas Veterans Healthcare System;2200 Fort Roots Drive;Building 182;North Little Rock, AR 72205
- Zip Code: 72205
- Zip Code: 72205
- Record
- SN03169072-W 20130831/130830001032-e8c2cc31898b98169d39f7a08f6b3388 (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 |