DOCUMENT
65 -- R&D GAITRite Electronic Walkway - Attachment
- Notice Date
- 2/1/2016
- Notice Type
- Attachment
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- Department of Veterans Affairs;Ralph H. Johnson VA Medical Center;109 Bee Street;Charleston SC 29403-5799
- ZIP Code
- 29403-5799
- Solicitation Number
- VA24716Q0278
- Response Due
- 2/5/2016
- Archive Date
- 3/6/2016
- Point of Contact
- Dino LaRocca
- E-Mail Address
-
Dino.LaRocca@va.gov
(Dino.LaRocca@Va.Gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Solicitation Number: VA-247-16-Q-0278, R&D GAITRite Electronic Walkway Notice Type: Combined Synopsis/Solicitation (i) This is a COMBINED SYNOPSIS/SOLICITATION for commercial services/items prepared in accordance with the format in FAR subpart 12.6, in conjunction with the policies and procedures for solicitation, evaluation, and award as prescribed under FAR 13.1, and 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. (ii) The solicitation number is VA-247-16-Q-0278 and is issued as a request for quotation (RFQ) (iii) The provisions and clauses incorporated into this solicitation document are those in effect through Federal Acquisition Circular 2005-52, November 2, 2011. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulations (FAR) and Veterans Affairs Acquisition Regulations supplement (VAAR) can be accessed on the Internet at http://www.arnet.gov/far (FAR) and http://vaww.appc1.va.gov/oamm/vaar (VAAR). Additionally 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2015-02) is incorporated into this solicitation. (iv) This solicitation is issued as a TOTAL SMALL BUSINESS set-aside. The North American Industry Classification System (NAICS) code is 334510 and the size standard is 500 employees. (v) This requirement consists of the following items: MFR: GAITRite BRAND NAME OR EQUAL CLINMFR PNDESCRIPTIONQTYUNIT 0001PP20RGAITRITE PLATINUM PLUS SYSTEM 20' INCLUDES: CAM905 - LOGITECH CAMERA PP20R - 10%VALUED CLIENT DISCOUNT FRT20 - SHIPPING AND HANDLING EW1YR20 - EXTENDED WARRANTY1EA *Manufacturer and model number not intended to limit competition. Offer must be good for 30 days after close of solicitation Delivery: 30 days ARO Shipping: FOB Destination Shipping Address: Department of Veterans Affairs RHJ VA MC Warehouse 1001 Trident Street Hanahan, SC. 29410 Statement of Work 534-16-1-195-0009 GAITRite Electronic Walkway 1. DESCRIPTION: The Ralph H. Johnson VA Medical Center requires equipment in support of a VA-funded research project. The equipment is an electronic walkway that will allow us to assess and measure abnormal gait patterns in stroke populations before and following research treatment interventions. The electronic pathway contains more than 13,000 sensors that capture every footfall in real time on any computer. The Contractor agrees to provide equipment in accordance with the Statement of Work. 2. PROJECT SPECIFIC INFORMATION The equipment will support the Ralph H. Johnson VA Medical Center's current research study. Contractor shall furnish all goods required to perform outlined in the project entitled "Skeletal Muscle Plasticity as an Indicator of Functional Performance Post Stroke 3. PLACE OF PERFORMANCE Center for Rehabilitation Research in Neurological Conditions, Dept. of Health Sciences and Research, MUSC, 77 President Street, MSC 700, Charleston, SC. (designated VA space through MOU between MUSC and VA). 4. TASKS AND ASSOCIATED DELIVERABLES Work on this project will operate under the direction of the project lead, who will provide oversight for the project. The goods outlined below are crucial to the success of VA funded locomotor studies. 5. EQUIPMENT Need for the current electronic walkway containing over 18,432 sensors in a 20?foot long model all-in-one device. Encapsulated within the electronic walkway are sensor pads. Each sensor pad has an active area of 24 inches square (61 cm square) and contains 2,304 sensors arranged in a (48x48) grid pattern. The sensors are placed on.5 inch (1.27 cm) centers. Multiple sensor pads are connected to form the desired length of the walkway. Measurements are provided using x,y coordinates of sensors, with distance converted to cm and time in seconds up to an accuracy of 6dp. Distance may be either the distance travelled along the plane of the walkway, or the calculated distance between locations on the walkway. Required specifications include power input connection, cable to connect to any host computer, cable to connect to the GAITRite walkway; and Status Indicator. These capabilities will be coordinated within the *Center for Rehabilitation Research in Neurological Conditions, Dept. of Health Sciences and Research, MUSC, 77 President Street, MSC 700, Charleston, SC. (designated VA space through MOU between MUSC and VA). ~~~END~~~ (vi) 52.212-1 Instructions to Offerors - commercial Items, apply to this solicitation with the following addenda, FAR 52.216-18 Ordering; VAAR 852.236-76 Correspondence; VAAR 852.237-70 Contractor Responsibilities; VAAR 852.270-1 Representatives of Contracting Officers; VAAR 852.273-75 Security Requirements for Unclassified Information Technology Resources. OFFER SUBMISSION: Acceptable offer submission is each CLIN listed separately with individual pricing on standard company quote form inclusive of shipping. Include all requisite supporting documentation identified in this solicitation with your offer. (vii) 52.212-2Evaluation - Commercial Items: FAR provision 52.212-2 applies to this solicitation. The Government anticipates awarding a single contract resulting from this solicitation to the lowest priced technically acceptable offer that conforms to all solicitation requirements. Award without discussions is contemplated and all offerors are encouraged to submit their best offer with their initial submission. To be considered technically acceptable for award each offeror must provide with their submitted quote/offer: 1.Documentation that confirms the company/employees are manufacturer authorized resellers/distributors/installers of the quoted items. 2.If you are quoting/offering "or equal" items, the offeror must submit manufacturer product literature that confirms the item(s) meets all the salient characteristics for the specified items. The salient characteristics for the specified item(s) are contained in the applicable manufacturer's literature. 3.If you are quoting/offering "or equal" items, the offeror must clearly identify the exact make, model, manufacturer and item description for each line item to be considered. Quotes/offerors that do not provide an adequate description of how the "equal" product meets the salient characteristics will not be considered for award. This is not applicable to offerors that are quoting "EXACT MATCH" items. 4.Documentation that confirms the company is registered and is the required socio-economic category in the System for Award Management (SAM) located at https:// www.sam.gov. (viii) 52.212-3 Offeror Representations and Certifications - Commercial Items- Offeror's are to include a COMPLETED COPY OF PROVISION 52.212-3 WITH THE FAXED AND WRITTEN QUOTE, a copy of the provision may be attained from http://www.arnet.gov/far; if not provided, the offer may not be considered for award. (ix) 52.212-4 Contract Terms and Conditions - Commercial Items: apply to this solicitation with the following addenda; VAAR 852.203-70 Commercial Advertising, VAAR 852.237-76 Electronic Invoice Submission. (x) 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; The following FAR clauses identified at paragraph b of FAR 52.212.5 are considered checked and are applicable to this acquisition: 52.219-4, 52.219-8, 52.219-28, 52.219-3, 52.222-19, 52.222.21, 52.222-26, 52.222.35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.232-34, 52.222-41, 52.222-44 (xi) n/a (xii) The Defense Priorities and Allocations System (DPAS) is not Applicable to this acquisition. (xiii) n/a (xiv) QUESTIONS: All questions regarding this solicitation need to be electronically submitted no later than 24 hours before the solicitation ending date and time to Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. The solicitation number must be identified on all submitted questions. Questions received after this date and time will not be answered. (xv) Site Visit: A site visit is not contemplated at this time. (xvi) QUOTES/OFFERS ARE DUE Friday, February 5, 2016 at 3PM ET. Only electronic offers will be accepted. Submit quotation to - Dino LaRocca, NCO 7 Contract Specialist e-mail Dino.LaRocca@Va.Gov. All offers must include the solicitation number "VA-247-16-Q-0278 Electronic Walkway" in the subject line of the email. Quotes/offers received after this date and time may not be considered for award. (xvii) Contact information Contracting Office Address: Network Contracting Office 7-SAO EAST Department of Veterans Affairs 325 Folly Road, Ste 300 Charleston, SC 29412 Primary Point of Contact: Dino LaRocca, NCO 7 Contract Specialist Dino.LaRocca@Va.Gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ChaVAMC/VAMCCO80220/VA24716Q0278/listing.html)
- Document(s)
- Attachment
- File Name: VA247-16-Q-0278 VA247-16-Q-0278.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2535775&FileName=VA247-16-Q-0278-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2535775&FileName=VA247-16-Q-0278-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA247-16-Q-0278 VA247-16-Q-0278.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2535775&FileName=VA247-16-Q-0278-000.docx)
- Record
- SN04006145-W 20160203/160201234300-a12d6c79e58be6f841b354ee963b8752 (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 |