Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 28, 2021 SAM #7031
SOURCES SOUGHT

78 -- UPRIGHT BIKE W_TOUCHSCREEN

Notice Date
2/26/2021 10:05:18 AM
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0364
 
Response Due
3/8/2021 7:00:00 AM
 
Archive Date
04/07/2021
 
Point of Contact
Tyler M Karns, Contract Specialist (Intern), Phone: 412-822-3754
 
E-Mail Address
Tyler.Karns@va.gov
(Tyler.Karns@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Recumbent Bike s and an Upright Bike s w/ Touchscreens. This equipment shall be provided to the Altoona VA Medical Center, located in Altoona, PA. This will be a Brand Name or Equal requirement for the purchase of (two) specific items: Recumbent Bike, Qty. (4) Each. Upright Bike w/ Touchscreen, Qty. (6) Each. Recumbent Bike Brand Name or Equal True Fitness CS900 Envision 9 Recumbent Bike. Equivalent items must contain the following minimum salient characteristics: Step through design Steel frame Adjustable seat (to adjust for leg length) Adjustable back on seat (recline) Peddles have adjustable rubber strap Self-generate power for unit through the peddling action (no electric cords) Digital contact heart rate monitoring system Variety of pre-programmed workouts (must include a manual option) Ability to program while peddling to allow for adjustment during exercise 9 Capacitive touchscreen 2 year warranty Upright Bike w/ Touchscreen Brand Name or Equal True Fitness CS400 Envision 9 Exercise Bike. Equivalent items must contain the following minimum salient characteristics: Steel frame Adjustable ergonomic seat (to adjust for leg length) Multiple resistance levels Peddles have adjustable rubber strap Self-generate power for unit through the peddling action (no electric cords) Digital contact heart rate monitoring system Variety of pre-programmed workouts (must include a manual option) Ability to program while peddling to allow for adjustment during exercise 9 Capacitive touchscreen Warranty equal or better than: Frame- Lifetime, Parts- 5 Years, Labor- 2 Years, Console 90 Days (Parts, No Labor) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339920 (size standard of 750 employees). Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to tyler.karns@va.gov no later than, 10:00 AM Eastern Standard Time (EST) on March 8th, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, Tyler Karns. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist, Tyler Karns at tyler.karns@va.gov �DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/612dc01b85bd46f7be312e7d036b2190/view)
 
Place of Performance
Address: Altoona, PA 16602, USA
Zip Code: 16602
Country: USA
 
Record
SN05928689-F 20210228/210226230116 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.