Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2017 FBO #5661
DOCUMENT

65 -- Overhead Mobile Dynamic Support System - Attachment

Notice Date
5/22/2017
 
Notice Type
Attachment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;6150 Oak Tree Blvd., Suite 300;Independence OH 44131
 
ZIP Code
44131
 
Solicitation Number
VA25017N0624
 
Response Due
6/2/2017
 
Archive Date
7/2/2017
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
opher
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought (SS) Notice only, not a solicitation announcement and should not be considered as such. This "Sources Sought Notice" is to determine sources for providing 1 EA SAFEGAIT 360 BALANCE AND MOBILITY TRAINER (or Equal) for the Louis Stokes Cleveland VA Medical Center. This is a SOURCES SOUGHT announcement only. The purpose of this notice is to conduct market research and obtain information from qualified businesses. This is not a request for bids, quotes, or proposals. All responsible sources may submit a capability statement which shall be considered by the agency. The responses to this announcement will assist in determining the socio-economic set aside if feasible. The Veterans Administration is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. The Louis Stokes Cleveland VAMC, located at 10701 East Boulevard, Cleveland OH 44106, is a medical complex with both tertiary and long-term patients. The SCI/D (Spinal Cord Injuries/Disorders) program at this facility is requesting one overhead mobile dynamic support system with track which shall allow for the facilitation of supported gait training and fall prevention gait training via safety harness. This equipment will be used to provide rehabilitative services to veterans with spinal cord injuries during the course of their hospitalization as well as for outpatient therapies. Specifications: The system shall be an overhead mobile support system with track. The system shall allow for long distance gait training, The system shall allow for ADL (activities of daily living) training in a standing position, The system shall allow for transfer training, The system shall allow for balance training, The system shall allow for stair training, The system shall allow for falls prevention training, The system shall allow for supported wheelchair skills training, The system shall allow for robotic gait training. The system shall provide the ability for 1:1 therapist to patient treatment ratio in order to facilitate treatment effectiveness, efficiency, and safety. The system must be compatible with the ceiling height (8 feet and 3 ½ inches) requirements for installation with the SCI/D Therapy Gym. The Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that the OEM warranty and service are provided and maintained by the OEM. All warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The vendor shall provide new items ONLY; no remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Interested parties submitting a response to this inquiry must include the following information: name address of company business size (large or small) identify applicable socioeconomic categories and any pertinent information which demonstrates firms ability to meet the above requirement. To include the product line offered. All responses shall be submitted no later than June 2, 2017 at 3:00PM EST. Responses shall be emailed to: Christopher.Callihan@va.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BreVAMC/VAMCCO80220/VA25017N0624/listing.html)
 
Document(s)
Attachment
 
File Name: VA250-17-N-0624 VA250-17-N-0624.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3515842&FileName=VA250-17-N-0624-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3515842&FileName=VA250-17-N-0624-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Louis Stokes Cleveland VA Medical Center;10701 East Boulevard;Cleveland, OH
Zip Code: 44106-1702
 
Record
SN04517818-W 20170524/170522235342-56747acf4d5f6977a5affd69a98b5e44 (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.