SOURCES SOUGHT
Q -- 460-20-3-3384-0033 | LiteGait | LG 400 Deluxe This is not a request for quote
- Notice Date
- 6/25/2020 1:02:42 PM
- Notice Type
- Sources Sought
- NAICS
- 621310
— Offices of Chiropractors
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24420Q0757
- Response Due
- 7/6/2020 12:00:00 PM
- Archive Date
- 07/16/2020
- Point of Contact
- LaShawn Knight, lashawn.knight@va.gov, Phone: 240-215-8892 ext. 2199
- E-Mail Address
-
Lashawn.Knight@va.gov
(Lashawn.Knight@va.gov)
- Awardee
- null
- Description
- Page 5 of 5 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 meeting the following minimum requirements and salient characteristics below for a Brand Name Integrated FreeDome Yoke with BiSym Tablet to be utilized for advanced gait training, physical therapy, and chronic musculoskeletal pain patients at the Wilmington VA Medical Center in Wilmington, DE. STATEMENT OF NEED The Wilmington VA Medical Center is in need of advanced gait training for physical therapy to effectively and safely work on gait and balance issues in post-op ortho patients as well as the chronic musculoskeletal pain patients seen on a daily basis. This is for a new site activation in which the space is small causing the need to have multiple modalities in one machine. The New CBOC activation site needs an advanced system that will allow us improved methods training improved balance mechanisms as well as develop improved safe gait in the rehab department. The equipment must be/have: A complete system with a harness that will allow a clinician to work with a patient up to 6 10 tall and weigh up to 400# to work supported in a partial weight bearing environment as well as to work on postural stability ad bio-mechanically correct posture. This unique design allows control over the partial weight bearing status of each side of the body independently. The yoke easily transitions from rigid support to allow controlled vertical displacement, ideal for challenging posture and, balance during gait as therapy progresses. Must include the following features: Have a base width of 34 to allow work to take place both over the ground or over a treadmill. Come with a small treadmill with: Small footprint 24 x 42 Tolerate weight of $350# Have a step-up height no > 6 Have a speed range from 0.1 to 3.0 mph Have speed adjustment increments of 0.1 mph Come with Hand held remote control with LED display Utilize an over-head harness system so that the patient is able to come up to a full standing / walking position but also allow the patient to get to a kneeling or squat position on the floor. Have a yoke that the harness attaches to needs to allow a full 360 deg of rotation; lock in any position and by integrated with a tablet. Come with a tablet attached to the unit that shows a real time display of the weight supported on the left, right and total patient weight during gait. 3D handlebars multi-shaped for different grip positions. Include both a small and standard adult harness with 10.5 , 13 , and 17 groin pieces and a harness extender Q-straps with adjustable length and elastic hands-gree pelvic cueing/support Onsite training A Gaiter stool for clinicians to safely facilitate lower extremity cueing and/or support for patients Delivery needs to be made to satellite location Cape May CBOC 3801 US 9 Rio Grande, NJ 08242 Item number Part number Description Qty Unit of Measure 0001 LG400D-B Includes Integrate FreeDome, Tablet BiSym, Gaiter Stool, Standard Adult iHarness and Girth Extender Set, Small Adult iHarness, Q-Straps, 4 Hr Training, Battery Pack and Charger 1 EA 0002 TRNG Upgrade 2 Training Upgrade to 7 hrs | CEU to include 4 | hrs online and 3 hrs onsite 1 EA 0003 1940 (U2BLP) 3 Change to a low Profile Base 1 EA 0004 2008 (U2C6) 4 Change to 6 casters 1 EA 0005 1626 (HLSAI) 5 iHarness Leg Straps 1 EA 0006 2016 (GS-GKM INI21) 6 Gait Keeper Mini21 with GaitSens to include software, charger, handlebars, and safety magnet 1 EA 0007 GaitSENS training 7 GaitSENS Onsite Training 1 EA 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) 621310 (size standards in $7.5 millions of dollar). Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) 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). (5) 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? (6) 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. (7) 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. (8) 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? (9) 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. (10) 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? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing the statement of need 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 lashawn.knight@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on July 06, 2020. 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 Contracting Specialist, LaShawn Knight. 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 FedBizOpps (FBO) 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 Contracting Specialist at lashawn.knight@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. End of Document
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a762d725ae53465d92742ed36a7fec51/view)
- Place of Performance
- Address: Wilmington VA Medical Center 1601 Kirkwood Hwy Wilmington, DE 19805, USA
- Zip Code: 19805
- Country: USA
- Zip Code: 19805
- Record
- SN05703733-F 20200627/200625230155 (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 |