Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 10, 2021 SAM #7161
SOLICITATION NOTICE

65 -- ZeroG Gait and Balance System

Notice Date
7/8/2021 8:14:28 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
242-NETWORK CONTRACT OFFICE 02 (36C242) ALBANY NY 12208 USA
 
ZIP Code
12208
 
Solicitation Number
36C24221Q1133
 
Response Due
7/15/2021 8:00:00 AM
 
Archive Date
07/20/2021
 
Point of Contact
Wilmen.Joa@va.gov, Wilmen Joa
 
E-Mail Address
wilmen.joa@va.gov
(wilmen.joa@va.gov)
 
Awardee
null
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24221Q1133 Posted Date: 07/08/2021 Original Response Date: 07/15/2021 Current Response Date: 07/15/2021 Product or Service Code: 6515 Set Aside: Small Business set-aside NAICS Code: 339112 Contracting Office Address Department of Veterans Affairs James J. Peters VAMC (Bronx VAMC), 130 W Kingsbridge Rd, Bronx, NY 10468-3904. Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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; are being requested, and a written solicitation document will not be issued. This solicitation is a ""request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a business size standard of 1000 Employees. This procurement is being issued as sole source . It is the Government s intent to issue a firm fixed price, single award as a result of this solicitation. The North American Industry Classification System (NAICS) code is 339112, surgical and medical instrument manufacturing, with a business size standard of 1000 employees. All interested companies shall provide quotation(s), for the following: VA Department of Veterans Affairs James J. Peters VAMC (Bronx VAMC), 130 W Kingsbridge Rd, Bronx, NY 10468-3904, is seeking to purchase a Brand-Name Only ZeroG Gait and Balance System. Supplies ZeroG Gait and Balance System 1) ZGGB-V303, ZeroG Gait and Balance System (1 EA) 2) Service / Operational Manual (2 EA) *** VENDOR COVER SHIPPING / FREIGHT FEE *** Services Items to be delivered. The delivery/task order period of performance is 60 days (ARO). Delivery shall be provided no later than 30 days after receipt of order/award of contract. Delivery terms Destination. The contractor shall deliver all line items to James J. Peters (Bronx) VAMC, 130 W Kingsbridge Rd, Bronx, NY 10468-3904. STATEMENT OF WORK James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468 Title: ZeroG Gait and Balance System Scope of Work: Physical medicine and rehabilitation (PM&R) department is seeking to upgrade existing system as it came to the end of life and is not supported by the manufacturer anymore. System is crucial in providing training to veterans with gait deviations. Background: This is an add-on and upgrade to the existing ZeroG System with improved unique treatment options. The system is crucial in providing training to veterans with gait deviations. ZeroG® is the only centering technology that provides lateral control of movement in the horizontal plane when desired. Centering is accomplished within 2-axis mounting block, which allows the users to balance the arm after it has been set up at a location so that it is level with the ground. ZeroG balance and gait training system is an advanced robotic body-weight support system. When using ZeroG, walking overground, sit-to-stand, stairs, getting off the floor, and other activities of daily living are all performed in a reduced gravity environment without the risk of falling. ZeroG provides constant unloading even during large vertical movements with proven accuracy. With the touch of a button, the level of unloading can be changed by pounds or a percentage of body weight to alter therapy intensity. Balance recovery involving rapid compensatory stepping is essential to prevent falling. However, practicing these skills during rehabilitation is not routinely performed due to safety concerns. Using ZeroG, therapists can safely train their patients to develop compensatory stepping responses in a controlled, measurable manner using TRIP (Training Responses in Postural Rehabilitation) for ZeroG. This may improve their stability and reduce the risk of falls. ZeroG is crucial in providing gait training for veterans with limb loss as it provides a safe training environment and advances training options. Salient Characteristics: 1. ZeroG Robotic Trolley a. Dimensions: 31.6 Long x 22.4 Wide b. LED light power indicator, blue c. Static unloading: up to 450 d. Dynamic unloading: 10-200 lbs 2. ZeroG Electronics Box a. OSHA compliant red emergency stop with yellow background b. Dimensions: 15 Long x 15 Wide x 9 Deep 3. Electrical Requirement a. 1 x Wall Mounted 208-230 VAC, 20 Amp b. 1 x 100-120 VAC, 10 Amp 4. Track a. Use of existing Version 1 I-Beam track b. UL approved power conductor, shape and configuration per track layout 5. ZeroG Patented Series Elastic Actuator a. Key feature for accurate dynamic body-weight support performance 6. ZeroG Dynamic Body-Weight Support Speed a. Accurately tracks dynamic body-weight support at 26.4 per second Page 2 of 2 7. ZeroG TRiP (Patent Pending): a. Training Responses in Postural Rehabilitation module applies well-controlled perturbations to the subject using the ZeroG robotic trolley. The strength and direction of the perturbation can be changed within the ZeroG software to help subjects learn how to recover from a loss of balance during ambulation or stationary activities. 8. ZeroG WaveLink: a. Secondary non-WiFi communication protocol which can be switched on by the clinician. 9. ZeroG Fall Cushioning: a. Algorithm which prevents excessive impact forces to the patient when a fall is prevented. 10. ZeroG Dynamic Fall Recovery: a. Dynamic BWS stays on during fall recovery providing support to the patient. 11. ZeroG ActiveAssist: a. Option to provide additional BWS during Dynamic Fall Recovery to assist patients who may need increased support. 12. Four (4) Aretech Harnesses: a. Rear-release buckles b. Underarm padding c. Three (3) shaping handles d. Interchangeable groin straps and leg cuffs. 13. ZeroG Kinetics: a. Targets using real-time, video-based biofeedback using patient movements in posterior, anterior and lateral movements b. Interactive games with real-time, video-based biofeedback that is controlled by patient movements. 14. Safety Certifications by a Nationally Recognized Test Lab (NRTL) to the following standards: a. IEC 60601-1 (General Requirements for Basic Safety and Essential Performance) b. AAMI ES 60601-1:2005/(R)2012 (United States customization of IEC 60601-1 standard) c. IEC 60601-1-2:2014 (Electromagnetic Immunity and Radiation) d. Title 47 CFR Part 15 Subpart B for Class A Digital Device 15. Warranty a. Two (2) year complete warranty b. One (1) year warranty on harnesses 16. Return of ZeroG Version 1 to Aretech a. Shipment of ZeroG Version 1 system including the robot and cables, computer cart, iPod, electronics box and all associated hardware components Place of Performance / Delivery: POP: 60 Days (ARO) James J. Peters VA Medical Center 130 West Kingsbridge Road Bronx, NY 10468 Irina Agranova-Breyter (718) 584-9000 x1325 Irina.Agranova-Breyter@va.gov VA Service Point of Contacts / Evaluator(s) for the offeror's proposals P.O.C. (Brand-Name Only) Place of Performance-Delivery James J. Peters (Bronx) VAMC Address: 130 W Kingsbridge Rd, Bronx, NY Postal Code: 10468-3904 Country: UNITED STATES Award shall be made to the offeror whose quotation offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: Quotes will be evaluated based upon the ability to meet the above exact specifications to Brand-Name Only ZeroG Gait and Balance System. Non-manufacture ruling is adhered to and followed in this requirement. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: 52.212-1, Instructions to Offerors -- Commercial Items. (Jun 2020) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION Commercial Items (Oct 2014) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Jan 2021) FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018) End of addendum to FAR 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2021) 52.247-34 F.O.B. Destination (NOV 1991) VAAR 852.211-70 Service Data Manuals (NOV 2018) The following subparagraphs of FAR 52.212-5 are applicable, along with: 52.203-19, 52-204.10, 52.209-10, 52.221-1, 52.219-28, 52-222-3, 52.222-35, 52.225-13, 52.222-50, 52.222-36, 52.222-21, 52.222-19, 52.222-26, 52.223-18, 52.225-13, 52.233-3, 52-233-4 and 52.247-64 subparagraphs. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. A written authorized buyer letter submission is required. **Vendor shall be an OEM, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions**. All offerors shall submit the following: Quote with DUNS number, TIN Number, letter of authorization, solicitation number, phone number, and fax number, Point of Contact, SDVOSB VIP certification (if applicable) and proposed delivery date for goods. All offers shall be sent to the Contract Specialist: Wilmen.Joa@va.gov. LIMITATIONS ON SUBCONTRACTING-- MONITORING AND COMPLIANCE (JUN 2011) This solicitation includes clause 52.219-27. Accordingly, any contract resulting from this solicitation will include this clause. The contractor is advised in performing contract administration functions, the CO may use the services of a support contractor(s) retained by VA to assist in assessing the contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to contractor's offices where the contractor's business records or other proprietary data are retained and to review such business records regarding the contractor's compliance with this requirement. All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the contractor's business records or other proprietary data reviewed or obtained in the course of assisting the CO in assessing the contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the contractor to protect proprietary information as required by FAR 9.505-4, obtaining access to proprietary information, paragraph (b). The contractor is required to cooperate fully and make available any records as may be required to enable the CO to assess the contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. This is a combined synopsis/solicitation for Brand-Name Only ZeroG Gait and Balance System defined herein.  The government intends to award a contract because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all bids must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" Quoters shall list exception(s) and rationale for the exception(s). Submission shall be received not later than 07/15/2021 11 A.M at email address listed above for Contract Specialist. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). ONLY e-mailed quotes will be accepted. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist. Point of Contact Wilmen Joa Email: Wilmen.Joa@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/763798a734314fd292be7b88e81d9513/view)
 
Place of Performance
Address: Department of Veterans Affairs James J. Peters (Bronx) VAMC 130 W Kingsbridge Rd,, Bronx, NY 10468-3904, USA
Zip Code: 10468-3904
Country: USA
 
Record
SN06055587-F 20210710/210708230131 (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.