Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 02, 2020 SAM #6852
SOLICITATION NOTICE

66 -- BRAND NAME OR EQUAL REQUIREMENT for one (1) AMTI force sensing Side-by-Side Treadmill w/Incline

Notice Date
8/31/2020 12:17:18 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E20Q0249
 
Response Due
9/4/2020 7:00:00 AM
 
Archive Date
11/03/2020
 
Point of Contact
Email: michael.haydo@va.gov, Contracting Officer: Michael Haydo, Phone: (412) 822-3158
 
E-Mail Address
Michael.Haydo@va.gov
(Michael.Haydo@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Page 2 of 4 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24E20Q0249 Posted Date: 08/31/2020 Original Response Date: 09/04/2020 Current Response Date: 09/04/2020 Product or Service Code: 6640 Laboratory Equipment and Supplies Set Aside (SDVOSB/VOSB): Cascading Set-aside (see cascading instructions below) NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing Contracting Office Address US Department of Veterans Affairs Regional Procurement Office East Research and Development Team 323 North Shore Dr. Pittsburgh, PA 15212 Description This is an open market 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; quotations are being requested, and a separate written solicitation document will not be issued. The government intends to award a purchase order as a result of this combined synopsis / solicitation that will include the terms and conditions set forth herein. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. The Regional Procurement Office, Research and Development Team based in Pittsburgh is seeking to procure one (1) BRAND NAME or EQUAL AMTI force-sensing side-by-side treadmill with incline and Amplifier system based on the Salient Characteristics below. SALIENT CHARACTERISTICS: The proposed system specifications shall meet/exceed the following requirements: Side-by-side split belt design, separated longitudinally by no larger than a 7mm (~ 0.28 inch) gap. Each belt is required to run at a speed independent of the other while isolating a single load path on each belt. This design is required to facilitate certain pathological gait patterns and allow independent kinetic data for each leg during the double support phase of walking. Treadmill Speed: up to 12 mph (~ 5.4 m/s) in at least 0.1 mph increments Walking surface dimension of each belt: Length: < 153 cm (~ 60 inches), Width: < 33 cm (~ 13 inches) Total treadmill dimensions (without handrails, not inclined): Length: < 204 cm (~ 80 inches), Width: < 113 cm (~ 45 inches), Height: < 33 cm (~ 13 inches) Total treadmill weight: < 405 kg (~ 893 Lbs.) Treadmill Outputs: both belt speeds and pitch. Strain-gauge based, 6-axis force plates beneath each treadmill belt for accurate measurement of ground reaction forces (average Fz error < 0.5% of applied load) and center of pressure (COP) position (average COP error < 1 mm). Strain gauges are required to isolate the signals caused by individual lower limb forces and moments during continuous ambulation, which allows them to be accurately and separately quantified (linearity and hysteresis: ±0.2% full scale output). Force plate verification in compliance with ASTM F3109-16 standard. Load capacity: Vertical Fz = 8800 N (~ 1978 lbs); Horizontal Fx, Fy = 4500 N (~ 1011 lbs). Six analog (or digital) outputs from each force plate: Fx, Fy, Fz, Mx, My, Mz. (voltage range: ±5 V). Amplifiers: medical-grade standard signal conditioners with 1 kHz anti-aliasing filters, oversampling (up to 1200 Hz) and 16 bit digital signal processing. Integration with analog systems (i.e., VICON optical motion capture system) and third-party software required. Incline up to 25% grade (~ 14 degrees) in 1% increments with reversible belt direction, to study both uphill and downhill gait. Maintenance shall meet/exceed the following requirements: Remote support training and consultation with technicians and engineers. Service and maintenance: Allow for a field visit, annual calibration, and maintenance support. Protection plan: Provides spare kits for electronic components. This is a BRAND NAME OR EQUAL REQUIREMENT for one (1) AMTI force-sensing side-by-side treadmill with incline and Amplifier system, or an equal (or better) system in accordance with the salient characteristics and the solicitation specifications. Any equivalent products shall meet, or exceed, all salient characteristics shown above. All responses shall include product information which demonstrates equivalency to the salient characteristics. Delivery: Address: US Department of Veterans Affairs Medical Center Austin, TX The following provisions apply to this acquisition: 52.212-1, Instructions to Offerors Commercial, (ix) A statement regarding the applicability of Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with its offer. 52.212-4, Contract Terms and Conditions Commercial Items, 52.211-6, Brand Name or Equal 852.211-73, Brand name or equal. 852.246-70, Guarantee The following subparagraphs of FAR 52.212-5 are applicable: (a) All (b) Sections (1)(4)(8)(16)(21)(22)(26)(27)(28)(29)(30)(31)(32)(33)(42)(46)(49)(55) (d) All The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. In accordance with 52.212-2, Evaluation Commercial Items, the following will be used to evaluate offers: Award shall be made to the offeror whose quotation offers the best value to the government, considering the cascading procedures outlined below, technical capability, and price. The government will evaluate information based on the following evaluation criteria: (1) meeting the cascading rule of two under any tier; (2) technical capability factor ""meeting or exceeding the requirement , and (3) price"".   Additional contract requirement(s) or terms and conditions determined by the contracting officer: Set Aside Cascading set-aside procedures with the order of precedence as follows: 1. In accordance with FAR Subpart 19.1405 and VAAR Subpart 819.7005, any award under this solicitation will be made on a competitive basis first to an eligible Service Disabled Veteran Owned small business [SDVOSB] concern provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two), whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Service Disabled Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 2. If there is inadequate competition for award to an SDVOSB concern, the SDVOSB set-aside shall be withdrawn and cascaded to the next contracting order of priority in accordance with VAAR 819.7004, which is Veteran Owned Small Businesses (VOSB) and conducted in accordance with the procedures set forth in VAAR 819.7006 provided that the conditions of 38 U.S.C. 8127(d) are met (the VA Rule of Two) whereby the Contracting Officer receives adequate competition of two or more small business concerns owned and controlled by Veterans, and that the award can be made at a fair and reasonable price that offers the best value to the United States. 3. If there continues to be inadequate competition between SDVOSB and VOSB concerns, the cascading will continue through the contracting order of priority in accordance with VAAR 819.7004 and FAR 19.203. If the contracting officer determines that offers from small business concerns do not meet the solicitation requirements in terms of technical acceptability, past performance, and fair market price, the small business set-aside[s] will be withdrawn and award will be made on the basis of full and open competition. Adequate competition: Adequate competition shall be deemed to exist if At least two competitive offers are received from qualified, responsible business concerns at the set-aside tier under consideration; and Award could be made at fair market price as determined in accordance with FAR 19.202-6. The VA contracting officer reserves the right to consider competitive proposals submitted from all responsible offerors (including large businesses) in determining the fair market price. Due date and submission of quotes: Submission shall be received not later than 09/04/2020 at 10:00 AM EST and shall be directed electronically to Michael.haydo@va.gov. Offers shall be marked with the solicitation number. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Faxed and telephone offers will not be accepted. Information regarding the solicitation may be addressed to the Contracting Officer, Michael Haydo, michael.haydo@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/9464b866689a4702837f37870ae49933/view)
 
Place of Performance
Address: US Department of Veterans Affairs Austin, TX
 
Record
SN05780877-F 20200902/200831230151 (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.