Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 26, 2015 FBO #5055
DOCUMENT

65 -- DUAL TOP FORCE PLATFORM - Attachment

Notice Date
9/24/2015
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
 
ZIP Code
29403-5799
 
Solicitation Number
VA24715Q1206
 
Response Due
9/29/2015
 
Archive Date
10/29/2015
 
Point of Contact
DARIUS CRANE
 
E-Mail Address
CONTRACT SPECIALIST
(darius.crane@va.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Number: VA247-15-Q-1206 Notice Type: Combined Synopsis/Solicitation Synopsis: This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA247-15-Q-1206 and is issued as a Request For Quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR) (iv) This solicitation is issued as a total set aside for Service Disabled Veteran Owned Small Business and only qualified vendors may submit bids. The associated North American Industry Classification System (NAICS) code for this procurement is 332112, with a small business size standard of 500 employees. (v) This requirement consists of the following brand name or equal item(s): PRODUCT NUMBERDESCRIPTION OF SUPPLIES/SERVICESQUANTITYUNITUNIT PRICEAMOUNT ACS-DUALDUAL TOP ACCUSWAY FORCE PLATFORM WITH NETFORCE SOFTWARE1.00EA____________________________ GRAND TOTAL________________ Specific features: BRAND NAME OR EQUAL New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Quotes MUST be good for 60 calendar days after close of solicitation. If offering an "or Equal" item it must meet or exceed the salient physical, functional, or performance characteristics of similar items produced by AMTI. *Manufacturer and model number not intended to limit competition, but to accurately and fully describe required features. STATEMENT OF WORK Title of Project: Post-Stroke Contributors to Increased Energetic Cost and Decreased Gait Stability 1.Introduction: We require a device which is able to quantify the ground reaction forces between an individual and the environment under their feet. In order to understand how individuals generate efficient propulsion, and how stroke survivors differ from uninjured controls, we must be able to accurately measure these forces. Importantly, due to the force-generating asymmetries common among stroke survivors, we must be able to quantify such forces independently for the two legs. A dual-surface portable force place is required in order to accomplish this task. 2.Background: Every year, approximately 15,000 American veterans experience a stroke, with an estimated cost of acute and follow-up care in the hundreds of millions of dollars. Following a stroke, the restoration or improvement of walking is a high-ranking goal among patients, but only about half of the population is able to return to typical levels of community ambulation. The resultant decrease in independent mobility is strongly associated with a decline in quality of life. Two factors which strongly contribute to decreased independent mobility are decreases in gait stability and increases in the energetic cost of walking. However, the underlying cause of these changes is currently unclear. To help injured veterans return to a typical level of function, it is necessary to investigate how post-stroke changes in neural control accuracy contribute to decreases in gait stability and increases in energetic cost. One possible contributing factor to post-stroke increases in energetic cost is a reduced ability to generate efficient propulsion during walking. Due to the mechanical complexity of bipedal gait, part of our work will focus on performance of a simplified task which better allows us to quantify the ability of each leg to generate power efficiently. To do so, we must purchase a device which allows us to accurately quantify the forces produced simultaneously by the paretic and non-paretic legs during a simple "bouncing-like" task. This device must be portable to allow it to be integrated with the reclined sled we use to ensure that a wide range of stroke survivors will be able to participate. The resulting knowledge will serve as the basis for the development of novel gait rehabilitation techniques, which has the potential to increase the quality of life of thousands of veterans and save millions of dollars. 3.Scope of Work: The purchased device must be portable and able to be integrated with an existing mechanical frame. The device must consist of independent force-measuring surfaces so we are able to quantify leg performance for each of the paretic and non-paretic legs. The device must also be accompanied by easy-to-use custom software so the output can be integrated with existing laboratory measurements. 4.Applicable Directives: The properties of the device are detailed in Section 5 below. There are no other contractor requirements. 5.Performance Requirements: The device must be light-weight and portable, so that it can be rigidly attached to an existing steel frame as part of a reclined sled mechanism. To allow a rigid, secure attachment, the device must thus share a single base which can be bolted to the frame. While we require a single base, we also require two separate force-measuring surfaces, which will allow us to measure the forces produced by the two legs independently. The device must allow measurement of all three force directions and all three moment directions, allowing us to quantify any shear forces and the center of pressure location. The device must be easy-to-use, including custom written software, so individuals not trained as engineers will be rapidly be able to use the device. 6.Deliverables: The contractor will be expected to provide the purchased device within 60 work days, and provide necessary calibration and maintenance over the following year. -END OF SOW- (vi) The items for this solicitation are to be delivered to: DELIVER TO: Albert German 1001 Trident St Hanahan, SC 29401-5799 --END-- (vii) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources (viii) 52.212-2, Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. Submitted offers shall not exceed 15 single-sided pages and any pages beyond this amount will be removed and not evaluated. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms at least 3 years of satisfactory and relevant experience/past-performance providing the same type of required items and support services. 2.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors and installers of the quoted items. 3.If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 4.If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 5.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov (ix) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 with the faxed and written quote, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (x) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (xi) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xii) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition (xiv) n/a (xv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than September 27, 2015, 11:00 AM EST to Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. The solicitation number must be identified on all submitted questions. No questions received after this date will be answered. (xvi) Site Visit: N/A (xviii) QUOTES/OFFERS ARE DUE September 29, 2015 at 11:00 AM EST. Only electronic offers will be accepted; submit quotation to - Darius Crane, NCO 7 Contract Specialist e-mail darius.crane@va.gov. Please place "ATTENTION: DUAL TOP FORCEPLATFORM_VA247-15-Q-1206" in the subject line of your email. All offers must include the solicitation number. Quotes/offers received after this date may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Darius Crane Contract Specialist darius.crane@va.gov Phone: (843) 789-6528 Fax: 843-789-6406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24715Q1206/listing.html)
 
Document(s)
Attachment
 
File Name: VA247-15-Q-1206 VA247-15-Q-1206.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2337224&FileName=VA247-15-Q-1206-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2337224&FileName=VA247-15-Q-1206-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03902747-W 20150926/150925000354-4934fb74299b49597f34ecf87114cb25 (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.