DOCUMENT
65 -- Robotic Body-Weight Support System - Attachment
- Notice Date
- 2/28/2018
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q0393
- Response Due
- 3/9/2018
- Archive Date
- 4/8/2018
- Point of Contact
- FREDY A ARTEAGA
- 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, in conjunction with FAR -- Part 13 Simplified Acquisition Procedures; and supplemented with additional information included in this notice. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-96, dated November 6, 2017. Solicitation 36C26218Q0393 is issued as a Request for Quote (RFQ) and constitutes the only solicitation. The Government intends to award a single Firm-Fixed Price (FFP) award contract. This procurement will be issued under as a Total Small Business Set-Aside. NAICS Code is 339112 and the Small Business Administration s (SBA) size standard 1000 Employees. The Government is seeking a contract to acquire Robotic Body-Weight Support System. This solicitation contains a brand name justification for the following systems and components: Robotic Body-Weight Support System in Loma Linda CLC Minimum weight capacity of 450lbs Maximum static body weight support 450lbs for standing and sit to stand 450lbs Maximum weight system can support during activities such as walking 200lbs Safety sensor that can monitor two events at one time Emergency stop must be hardwired Emergency stop must have capability to lower patient slowly in the event of a health issue. Competency training provided to ensure end users understand the complexity of the system. Dynamic body-weight support that compensates for weakness and poor coordination permitting intensive therapy earlier in-patient rehab. It must be able to accurately track vertical movements within 27 per second, so that it can adjust to the patient s needs. Sensors to avoid collisions Needs to include harnesses that have shaping handles, interchangeable groin straps and leg cuffs and rear release buckles. Must be able to track patient movement up to five miles per hour, for activities that include but not limited to running or pivoting Ability for the trolley to returned closer to your position along the track. Meaning the trolley will come to where you are. Predetermined programed range of movement before fall is detected. Velocity to if an unsafe speed of descent is detected Minimum 100 feet of track included, corrosion resistant and built for use with this system. Smooth follow by the track without little delay or pull Track must be able to fit space provided up to 100 ft and custom configuration Wifi control system in the event of wireless interruption Hand remote control and/or screen monitor See attached SF 1449 Solicitation for further details. Place of Performance: VA Loma Linda Healthcare System (VALLHS), 11201 Benton Street, Loma Linda Ca 92357 Period of Performance: Within 60-90 days of placing order or sooner if available. Provisions 52.212-1, Instructions to Offerors Commercial and 52.212-2, Evaluation Commercial Items are applicable to this acquisition. Furthermore, Provision 52.212-2 is utilizing the Lowest Price Technically Acceptable (LPTA) on an Acceptable/Unacceptable evaluation process. Submitting Quote: Offeror(s) shall submit their quote on company letterhead and shall include the completed pricing forms, along with name, address, telephone number of the offeror, firm s DUNS#, total price and a completed copy of FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items or a copy of offeror s annual offeror representations and certifications (ORCA) document from www.sam.gov as required by FAR Clause 52.212-3 Offerors Representations and Certifications - Commercial Items. As an alternative, Offeror(s) may use the Price/Cost Schedule of the attached SF 1449 for quote submission. Submit all question(s) to Fredy Arteaga at fredy.arteaga@va.gov no later than March 5, 2018, 1:00 PM Eastern Standard Time (EST). Ensure to reference solicitation # 36C26218Q0393 within subject line of the email. Quotes must be received by March 9, 2018, 1:00 PM Eastern Standard Time (EST). Email your quote to Fredy Arteaga at fredy.arteaga@va.gov. Ensure to reference solicitation # 36C26218Q0393 within subject line of the email. Quote(s)/offer(s) received after the prescribed deadline, shall be considered non-responsive and will not be considered for award. CLAUSES FAR Number Title Date 52.209-6 PROTECTING THE GOVERNMENT S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT AUG 2013 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS FEB 2012 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS ALTERNATE II (JUL 2012) AUG 2012 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM FOR AWARD MANAGEMENT JUL 2013 52.252-2 CLAUSES INCORPORATED BY REFERENCE FEB 1998 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS DEC 2013 52.233-1 DISPUTES MAY 2014 52.233-3 PROTEST AFTER AWARD AUG 1996 852.203-70 COMMERCIAL ADVERTISING JAN 2008 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS NOV 2012 852.237-70 CONTRACTOR RESPONSIBILITIES APR 1984 852.211-73 852.215-70 BRAND NAME OR EQUAL (JAN 2008) SERVICE-DISABLED VETERAN-OWNED AND VETERAN-OWNED SMALL BUSINESS EVALUATION FACTORS JAN 2008 JUL 2016 PROVISIONS 52.211-6 52.212-1 BRANDNAME OR EQUAL INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS AUG 1999 APR 2014 52.212-2 EVALUATION--COMMERCIAL ITEMS OCT 2014 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS NOV 2014
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q0393/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q0393 36C26218Q0393_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115993&FileName=36C26218Q0393-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115993&FileName=36C26218Q0393-000.docx
- File Name: 36C26218Q0393 S02 RFQ 36C26218Q0393.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115994&FileName=36C26218Q0393-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115994&FileName=36C26218Q0393-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q0393 36C26218Q0393_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4115993&FileName=36C26218Q0393-000.docx)
- Place of Performance
- Address: VAMC LOMA LINDA;11201 BENTON STREET;LOMA LINDA CA
- Zip Code: 92357
- Zip Code: 92357
- Record
- SN04837871-W 20180302/180228231254-d278af3c4e27681cf2a585ff82cd4c3b (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 |