Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2020 SAM #6971
SOURCES SOUGHT

65 -- PHYSICAL THERAPY EQUIPMENT PER STATEMENT OF WORK

Notice Date
12/28/2020 8:25:09 AM
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0168
 
Response Due
12/31/2020 9:00:00 AM
 
Archive Date
01/05/2021
 
Point of Contact
Lindsey Zwaagstra, CONTRACT SPECIALIST, Phone: 303-712-5733
 
E-Mail Address
lindsey.zwaagstra@va.gov
(lindsey.zwaagstra@va.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for Physical Therapy Equipment per Statement of Work. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Responses shall be submitted to lindsey.zwaagstra@va.gov by 12:00PM EST on Thursday, December 31st, 2020. This notice is intended strictly for market research. The purpose of this Sources Sought Notice is to determine interest and capability of potential qualified sources of supply and determine the socioeconomic size classification of the supplier and manufacturer of the end item. Interested companies shall provide, at a minimum, the following information with their response; Company Name and Address: Point of Contact (POC) Name: Email Address: Phone Number: DUNS Number: The anticipated North American Industry Classification System (NAICS) code is 339920 Sporting and Athletic Goods Manufacturing. Mark if your firm is eligible for participation in one of the following small business programs. If so, please indicate the program: [ ] yes [ ] no - Small Business (SB) [ ] yes [ ] no - HUBZone [ ] yes [ ] no - Small Business 8(a) [ ] yes [ ] no - Small Disadvantaged Business (SDB) [ ] yes [ ] no - Women-Owned (WO) Small Business [ ] yes [ ] no - Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no - Veteran Owned Small Business (VOSB) [ ] yes [ ] no - Large Business [ ] yes [ ] no - Other (please specify) Please answer the following questions: [ ] yes [ ] no - Does not exceed 500 employees; (for NAICS 339920, must be verifiable thru the System for Award Management) [ ] yes [ ] no - Is primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; [ ] yes [ ] no - Takes ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice (identify how this occurs); and [ ] yes [ ] no - Will supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. In addition to providing the information requested above, responding companies are encouraged to include any relevant information (specifications, cut sheets, brochures, capability statement, past experience etc.) to confirm the company s ability to meet the requirements outlined in this request. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. This notice shall not be construed as a commitment by the Government to issue a solicitation, or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Statement of Work Jewell Physical Therapy Equipment Eastern Colorado Health Care System Aurora, CO PURPOSE The purpose of this requirement is to deliver the specified physical therapy equipment, brand name or equal to, at the Jewell Outpatient Clinic, VA Eastern Colorado Health Care System, located at 14400 E Jewell Ave, Aurora, CO 80012. SCOPE The Contractor shall deliver and install all items listed in section 2.5. All items must meet all salient characteristics defined in section 2.5. 2.5 ITEM SPECIFICATIONS AND SALIENT CHARACTERISTICS, BRAND NAME OR EQUAL TO: 2.5.1. Detailed Item Description Example: Rehabilitation Treadmill Quantity: 1 Basis of Design (make/model/Mfr Part No): Physiomill/ Rehabilitation Treadmill, Item No. 7100335, OR EQUAL TO: Technical Specifications/Salient Characteristics Dimensions (In as much as one inch): 36 W x 54 H x 87 D Accessories/Configuration Options: Rehab treadmill to assist functional rehabilitation of patients with orthopedic, neurological, bariatric, and cardiorespiratory impairments 21 x 63 walking belt Low step up height of 6.25 4HP hi-torque, continuous duty, DC servo motor allowing for true zero start with 0.10 mph increments of speed, top speed of 12mph Power: 120 VAC, 60 Hz, 15A 500 lb weight limit Incline range 0-15% Feedback: speed, time, distance, grade, pulse, calories, and METS Treadmill can reverse and incline for lower extremity amputee prosthetic training Optional extended medical parallel handrails for additional patient safety and comfort Must Include physiomill rehab handrails (Item No 7100336) Construction Materials/Type: Steel 2.5.2. Detailed Item Description Example: Recumbent upper and lower extremity rehab bike Quantity: 2 Basis of Design (make/model/Mfr Part No): SciFit/ StepOne, Item No 081663731, OR EQUAL TO: Technical Specifications/Salient Characteristics Dimensions (In as much as one inch): 30 W x 48 H x 68 D Accessories/Configuration Options: Exercise equipment essential for lower level patients and post-operative rehabilitation Low starting resistance (6 watts) with 20 levels adjustable in 0.1 increments providing 200 levels of resistance User-defined stride length from 2 to 11.5 Premium 18 wide 360 degree swivel seat for easy transfers Variable chair adjustments for leg length and reclines up to 23 degrees for increased recumbency Variable arm length adjustments for custom fit Removable chair to accommodate patients who are wheelchair bound Must include Wheelchair Platform with Tie Downs (2 each)- Item No 081614833 Must include Leg Stabilizers for accommodating patients with various neurological deficits (2 pair)- Item No 081621143 Construction Materials/Type: Steel with plastic accessories 2.5.3. Detailed Item Description Example: Bariatric Hi-Lo treatment table Quantity: 4 Basis of Design (make/model/Mfr Part No): Performa/ Bariatric Bar Activated Table, Item No 081502319, OR EQUAL TO: Technical Specifications/Salient Characteristics Dimensions (In as much as one inch): 34 W x 18 -37 H x 76 D Accessories/Configuration Options: Treatment table to assist in rendering indicated therapeutic interventions 500 lb weight limit Electric powered adjustable table height from 18-37 Head section countouted face/nose opening Head section 34 W x 15 D ; rases/lowers +45 deg/-90 deg Foot section 34 W x 39 D ; raises 78 deg Unit Weight 269 lbs Construction Materials/Type: Vinyle upholstery Steel 2.5.4. Detailed Item Description Example: Suspension Trainer Quantity: 2 Basis of Design (make/model/Mfr Part No): TRX Suspension Trainer Pro Kit, Item No 081617125 OR EQUAL TO: Technical Specifications/Salient Characteristics Dimensions (In as much as one inch): 34 W x 18 -37 H x 76 D Accessories/Configuration Options: Supports up to 1000 pounds Weight: < 2pounds Body weight-based performance strength training tool Anti-microbial rubber handles Commercial grade components Kit includes strap, door anchor, xtender, suspension anchor, 12 printable workouts Locking carabiner Mesh Bag One year warranty 2.5.5. Detailed Item Description Example: Hydrocollator Heating Unit Quantity: 1 Basis of Design (make/model/Mfr Part No): Hydrocollator Heating Unit, Mobile SS-2, Item No 081017490, OR EQUAL TO: Technical Specifications/Salient Characteristics Dimensions (In as much as one inch): 20 3/4 D x 15 ½ W x 33 H Accessories/Configuration Options: Includes 8 hot pacs Heats therapy packs and maintains temperatures Wipe clean surface Mobile Maintains temperature of 160 to 165 degrees F UL and CSA 2.5.6. Detailed Item Description Example: Weight Storage Rack Quantity: 1 Basis of Design (make/model/Mfr Part No): Compact 4 Sided Weight Storage Rack, Item No 081430800, OR EQUAL TO: Technical Specifications/Salient Characteristics Dimensions (In as much as one inch): 32 W x 24 D x 66 H Accessories/Configuration Options: 300 pound weight capacity Various storage functions including dumbbell hooks, storage bins, storage for weight bars and plastic tubs, pegboard with hooks Mobile/wheels DELIVERY AND INSTALLATION DELIVERY Delivery Timeframe: within 30 days of award unless specified differently within scope of contract. Delivery Location: Contractor shall deliver all equipment to the Eastern Colorado Health Care System, 1700 N. Wheeling Street, Aurora, CO 80045 Delivery Markings: Contractor shall deliver items in manufacturer's original sealed containers with manufactures s name marked thereon. Deliveries shall be marked with the PO and contract number. Delivery and Installation will be coordinated through the On-Site Point of Contact (POC). POCs for delivery and install are: Craig Rudikoff Craig.Rudikoff@va.gov (303) 283-5325 David Brazeau - David.Brazeau@va.gov (719) 327-5660 INSTALLATION The Contractor shall deliver and install all equipment to manufacturer s specifications and in accordance with Federal and local safety standards. Installation/Configuration shall commence upon day of delivery. All work shall be completed between 8:00 a.m. and 4:30 p.m. MST. Monday through Friday, excluding all Federal holidays (https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay). The Contractor shall remove all related shipping debris and cleanup any materials and tools associated with delivery and installation of the specified items. Contractor shall remove all packaging from the ECHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. While in performance of the resultant contract, the contractor shall maintain safety and health standards compliant with requirements of the Occupational Safety and Health Administration (OSHA) and adhere to VAAR 852.237-70 Contractor responsibilities OPERATION AND MAINTENANCE MANUALS Binders - Quantity (2) each for items identified in section 2.5 Digital Copies - Quantity (1) each for items identified in section 2.5. Deliver compilation of all manufacturer recommended maintenance schedule and operation materials packaged in binder(s) to On-Site Point of Contact upon completion of installation. PROTECTION OF PROPERTY Contractor shall protect all items from damage during delivery and installation. The Contractor shall take precaution against damage to the building(s), grounds, and furnishings. Contractor shall be responsible for providing adequate floor and wall protection to minimize damage to the facility during delivery/installation of the items in section 2.5. It is recommended that all material handling equipment have rubber wheels to minimize potential damage to floors. The Contractor shall perform an inspection of the building(s) and grounds with the On-Site Point of Contact prior to commencing work. The Contractor shall be responsible for repairing or replacing any items that require simple repair, components, building(s), or grounds damaged due to negligence and/or actions taken by the Contractor or its employees. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and On-Site Point of Contact is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. The Contractor shall be responsible for securing the items identified in section 2.5 and its own work tools and equipment during delivery/installation. SECURITY REQUIREMENTS Security background checks are not required. WARRANTY The contractor shall provide all manufacturer(s) warranties on all parts and labor at time of delivery. The warranties shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/0ecaebae555748df8a8e60a5666bdcff/view)
 
Place of Performance
Address: Eastern Colorado HealthCare System 1700 N. Wheeling Street, Aurora 80045
Zip Code: 80045
 
Record
SN05881443-F 20201230/201228230109 (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.