Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 22, 2017 FBO #5782
SOLICITATION NOTICE

65 -- Robotic Dynamometer

Notice Date
9/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-17-T-0470
 
Archive Date
10/10/2017
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K02-17-T-0470, Purchase Request 0011050405, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 332999; Size Standard for small business is 750 employees. RFQ is being issued as SMALL BUSINES Set-Aside. This requirement is for; A Robotic Dynamometer Exercise Muscle Strengthening System to be used at Madigan Army Medical Center, 2/75 Ranger Battalion, Joint Base Lewis-McChord (JBLM) Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through. All responsible Contractors shall provide an offer for the following Brand Name (Biodex Pro) or Equal Products: LINE ITEM 0001: # 850-000 Robotic Dynamometer (Pro) EA 0001 LINE ITEM 0002: # 830-520 Attachment, Closed Chain EA 0001 LINE ITEM 0003: # 830-260 Attachment, Anti-Shear, Left Pivot EA 0001 LINE ITEM 0004: # 830-261 Attachment, Anti-Shear, Right Pivot EA 0001 LINE ITEM 0005: # 830-322 Tube, Input, Shoulder EA 0001 LINE ITEM 0006: # 830-550 Attachments, RT & LT Hamstring EA 0001 LINE ITEM 0007 FREIGHT / SHIPPING EA 0001 SPECIFICATIONS: Power: 220 Volts Clinical Data Station: - Biodex Advantage Software, LCD Flat Panel Touch-Screen Color Monitor with integrated speakers. - Color Printer Attachments: - Ankle, knee, shoulder, elbow, wrist and hip - Attachment cart - Calibration kit - Manuals and wall chart - 64 square-fee operating space (6 square meters) SALIENT CHARACTERISTICS: Robotic Dynamometer: 1. Characteristics a. Has multiple modes of operation, to include; Isokinetic resistance mode, reactive eccentric mode, passive motion mode, isometric mode, isotonic mode, and the option for expansion to customized motor control. b. Concentric speed up to 500 deg/sec c. Eccentric speed up to 300 deg/sec d. Concentric torque up to 500 ft-lb (680 Nm) e. Eccentric torque up to 400 ft-lb (544 Nm) f. Passive speed as low as.25 deg/sec g. Passive torque as low as.5ft-lb h. Isotonic torque as low as.5 ft-lb i. 64 square feet operating space (limited footprint) j. Clinical Data Station is mobile (computer, system controller, monitor) k. Monitor is viewable by patient (when desired by clinician) l. Power Adjustable seat height (increased durability) m. ROM Stops integrated into attachments (patient safety) n. Reference videos for patient set up available within local software (patient/provider education) o. Ability to link protocols (more efficient sessions) p. Clinical Guidelines and Protocols available for orthopedic and neurologic conditions (established normative data) q. Closed Chain Attachment (early, safe, progressive rehabilitation for both upper and lower extremity) r. Anti-shear attachments (designed to reduce post shearing in post op ACL patient) s. Shoulder input tube attachments (quick access between shoulder rotation and scapular elevation exercises) t. Hamstring Attachments ( Hamstring rehab/testing in multiple degrees of hip/knee flex/ext) Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees. EVALUATION OF FACTORS: Award will be made based on Technically Acceptable, Lowest price. The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation. Technical Factors are more important than Price. Price must be determined to be fair and reasonable. The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT website (formerly WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. Offers are due by Monday, 25 September 2017 @ 12:00 PM, Pacific Standard Time. Submit signed and dated offers via fax to: Walter Bischoff at (360) 360-0787 or email: walter.j.bischoff.civ@mail.mil. Using either method must include the authorized vendor representatives signature, date, and Solicitation Number on the RFQ submission, as part of acceptance, or the RFQ will be rejected.. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503 Place of Delivery: Madigan Army Medical Center Bldg. 9665 South L and Perry Street Tacoma WA 98431 If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email: walter.j.bischoff.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-17-T-0470/listing.html)
 
Place of Performance
Address: 9040 Fitzsimmons Drive, Tacoma, Washington, 98431, United States
Zip Code: 98431
 
Record
SN04686395-W 20170922/170920231951-afddc8b9cf18cd0b2f2eb72a1269508b (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  © 1994-2020, Loren Data Corp.