SOLICITATION NOTICE
65 -- MOTORIZED WHEEL CHAIR
- Notice Date
- 12/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN 15 Contracting Office;4101 S 4th Street Trafficway;LEAVENWORTH KS 66048
- ZIP Code
- 66048
- Solicitation Number
- VA-255-08-RQ-0096
- Response Due
- 12/17/2007
- Archive Date
- 2/15/2008
- Point of Contact
- Constance Forge Contracting Officer 913-758-6483
- E-Mail Address
-
Email your questions to Contracting Officer
(constance.forge@va.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. This solicitation RFQ is being issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11. The North American Industry Classification System (NAICS) number is 339113 and the business size standard is 500. REQUESTERS MUST STATE THEIR BUSINESS SIZE ON EACH REQUEST. See below for list of equipment required, OR equivalent. Far provision at FAR 52.211-6, Brand Name or Equal, applies to this requirement. If the quote is for an equal product, specification sheets, manufacturer and part number of the item must be included in quotation. The Department of Veterans Affairs Medical Center, 4801 East Linwood Blvd, Kansas City, MO 64128 has a requirement for the following item(s): Power wheelchair brand name or equal to Chief 10 7ZRX, black, for individual patient use, ITEM 1: Wheelchair, for indoor and outdoor use, with independent front and rear suspension, and compensation for uneven ground, 90 degree stand with auto centron gravity balance system, low shear stand or recline compensation, 90 degree recline with lay down batteries, 89 degree with standup batteries. Shall include following items: batteries and battery charger, plus functional display to include time remaining on charge automatic braking system, 80 amp programmable speed control, high torque 6.5 mph motor and gear boxes with quick release free wheeling, seat belt, and 4" Velcro (or equal brand name) with D ring low shear upper torso strap or shoulder straps, EZ lock bolt in frame. Such wheelchair shall have a foot print of not more than 23" wide by 39" long, turning radius of 29 inches, driving range of 15-20 mi, able to be driven safely in any position, have a seat base height of 18" and a self-diagnosing system. Quantity: 1. UNIT PRICE: _________. ITEM 2: 3 switch system with on/off, with Master Shut off Quantity: 1 UNIT PRICE: _____. ITEM 3: Flip away accordion joystick, Quantity: 1 Each - UNIT PRICE: _______. ITEM 4: Front wheels: 8" x 4" and Rear Wheels, 12" x 4" all wheels solid filled, Quantity 1 set - UNIT PRICE: ______. ITEM 5: Adjustable Angle Footrests, Independent power adjustable dual action elevating legrests with flip-up footplates and ability to horizontally align legs while doing a 45 degree backrest slant, or stretch torso upward, stopping anywhere between sitting and standing, Quantity: 1 Pr. UNIT PRICE________. ITEM 6: Adjustable height full length flip away arms (7"-11" seat to top of arm pad) Armrest must stay perpendicular in recline, low in standing position. Quantity: 1. UNIT PRICE:__________ITEM 7: Med Channel Pads , Quantity: 1 pr. UNIT PRICE: __________. ITEM 8: Table tray therafyn to fit with rim (full size), with hardware. Quantity: 1. UNIT PRICE: ___________ ITEM 9: Brand name or equal to Roho Hi profile quadtro cushion to fit patient specifications Quantity: 1. UNIT PRICE: __________ . ITEM 10: Countoured , breathable Jay 2 (or equal brand name) padded back. Quantity: 1. UNIT PRICE: ________ITEM 11: Padded shoulder straps, Quantity: 1 set; UNIT PRICE: ________ ITEM 12: Delivery shall be FOB DESTINATION to the Department of Veterans Affairs Medical Center, 4801 East Linwood Blvd, Kansas City, MO 64128. The Contractor is responsible for all freight charges. Offerors must comply with all instructions contained in provision 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following additional provisions and clauses apply: 52.212-2, Evaluation-Commercial Item, the Government will award a contract, or contracts, resulting from this solicitation to the responsible offeror(s) based on Best Value, price and other factors considered. Multiple awards may be awarded from this solicitation. Offerors shall submit descriptive literature, technical features, and warranty provisions. Price will be evaluated to determine its fairness, completeness and reasonableness as it relates to the items offered. 52.212-3, Offeror Representations and Certifications-Commercial Items, a completed copy of this provision shall be submitted with the offer as applicable. 52.212-4, Contract Terms and Conditions-Commercial Items. 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, to include clauses: 15,16,17,18,19, 20, 23, 24, 31, and 32. The following additional clauses apply: CCR Clause: Attention: You must be registered in CCR to be considered for award. FAR 52.204-7, Central Contractor Registration (Oct 2003) (B)(2) the offeror shall provide its DUNS or, if applicable, it's DUNS+4 number with its offer, which will be used by the contracting officer to verify that the offeror is registered in the CCR database. (C) Lack of registration in the CCR database will make an offeror ineligible for award. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or 269-961-5757, or via the Internet at http://www.ccr.gov. Electronic Funds: FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. VAAR 852.219-70, Veteran-owned Small Business; 852.270-4, Commercial Advertising. Quotations shall include the RFQ number, the proposed unit price, the proposed extended price, any prompt payment discount terms, company name, and point of contact, address, phone number, fax number, tax identification number, DUNS number, and size status (i.e., large business, small business, disadvantaged business or woman owned business). Upon request, the contracting officer will make their full text available. Offers are to be received at the Department of Veterans Affairs, VA Heartland Network 15 (10N15-90) Contracting Office, 4101 S. 4th St. Trafficway, Leavenworth, KS 66048. Attn.: Connie Forge, Contracting Officer, no later than 4:00 P.M. Central daylight time on December 18, 2007, You ay contact Connie Forge, Contract Specialist at constance.forge@.va.gov or FAX 913-758-6495, or phone 913-758-6483.
- Place of Performance
- Address: VA MEDICAL CENTER;4801 EAST LINWOOD BLVD;4801 EAST LINWOOD;KANSAS CITY, MISSOURI
- Zip Code: 64128
- Country: USA
- Zip Code: 64128
- Record
- SN01466863-W 20071212/071210223410 (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 |