Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 15, 2023 SAM #7778
SOURCES SOUGHT

78 -- Exercise Equipment Whole Health Initiative for Employee Gym

Notice Date
3/13/2023 7:49:48 AM
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24423Q0444
 
Response Due
3/20/2023 7:00:00 AM
 
Archive Date
04/19/2023
 
Point of Contact
McDaniel Brayboy, Contract Specialist
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
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 Coatesville VA Medical Center requires the delivery of several new Brand Name or Equal LifeFitness Equipment. This equipment will be used in the VA Employee Health Fitness Center. Description of work: VA Coatesville requires purchase of the following (Brand Name or Equal requirement): Purchase of employee gym equipment to include two (2) treadmills, two (2) cross trainer/ elliptical machines, two (2) recumbent bikes, one (1) adjustable bench, one (1) pulley station, one (1) multi-press, one (1) lat pulldown and one (1) leg curl /extension. Gym equipment must be of an industrial/ military grade to ensure durability for continued use; salient requirements are listed below. Vendor to provide recommended equipment layout for review by FES regarding electrical needs. Vendor to deliver, install and set up equipment with coordination of the facility POC. Salient Characteristics Treadmill: Running Surface Width No less than 22"" Running Surface Length No less than 60"" Speed Range (mph) 0.5 - 14mph Handrails yes Maximum User Weight 400lbs Salient Characteristics Recumbent Bike: Seat Seat w/Lumbar Support and wrap-around seat adjustment lever Step-through design Yes Pedal Straps Yes Max User Weight 400lbs Transport Wheels Yes Side Handrails Yes Salient Characteristics Elliptical Cross Trainer: Pedal Dimensions (inches) Approx. 15"" Pedals Minimum Space between Foot Pedals (inches) Approx. 3"" Step-Up Height (inches) Approx. 9.5"" Max User Weight 400lbs Handlebars Moving handles Transport Wheels Yes Salient Characteristics Adjustable Bench : Max User Weight Approx. 300 lb Max Capacity Approx. 500 lb Adjustments 6 total: 0, 15, 30, 45, 60, 75 degrees Transport wheels yes Salient Characteristics Dual Adjustable Pulley System: Cables 7x19 cable Frame Description 11-gauge steel frame rubber feet Hand Grips yes Pulleys 4-1/2"" and 6"" diameter pulleys Shrouds yes Weight Plates and Guide Rods Solid-steel weight plates. weight selector pin magnetically locks in place & is connected to stack Weight Stack Weight Salient Characteristics Treadmill Leg extension/ Leg Curl: Weight Stack(includes increment weight) Approx. 200 lbs Max User Weight Approx. 300 lbs Salient Characteristics Lat Pulldown/ Low Row: Weight Stack (includes increment weight) Approx. 200 lbs Max User Weight Approx. 300 lb Salient Characteristics Multi-press: Weight Stack (includes increment weight) Approx. 200 lbs Max User Weight Approx. 300 lbs Brand Name or Equal: Purchased equipment must be of military grade due to high usage and range of employee needs. LifeFitness or brand equal is preferred. Incidental Services: Delivery of the equipment to your facility, move any items delivered to the warehouse to the employee gym (Building 38, Room B21), installation of equipment, removal of packing materials (on site facility dumpsters available), and first year preventative maintenance. Installation Requirements: As noted above these are considerations you should think about when you write your narrative regarding the installation requirements you have. You don t need to tell the vendors how to install the equipment, they know that, but they do need guidance on how the installation should be handled and requirements they need to complete prior to arriving on site, when on site, and prior to leaving. The Contractor will not be required to remove and dispose of existing equipment or modify the space where the equipment will be displayed. The Contractor will need to complete the work during business hours (Monday Friday, 8am 4pm); excluding federal holidays. The vendor must coordinate delivery with the Whole Health Program Manager no later than two weeks prior to the installation. Preferred that the contractor deliver the equipment at the same time as installation. If needed, the equipment can be delivered to the warehouse and the contractor will be responsible for relocating the equipment from the warehouse to the installation site (there are loading docks available at both sites) within one week of delivery. Equipment to be unloaded, assembled (in accordance with the manufacturers instructions) and installed in Building 38, Room B21. Contractor must inspect the equipment for defects, physical and/or mechanical malfunction or damage. Facility Access: The Contractor needs to have their staff check in with the Dispatcher and the Program POC upon arrival. The Contractor s staff need to bring their ID to get badged at the Dispatch desk (main entrance of Building 1) upon arrival. No other documents are required. Delivery Instructions: Preferred that the equipment be delivered the date of installation directly to Building 38, Room B21. The delivery POC is the Employee Whole Health Coordinator or Whole Health Program Manager (Angela Shaffner, 610-384-7711 ext 6813.) The contractor must contact the POC within 14 days of shipment; confirm the installation date at least 5 days prior to scheduled installation and updates to the delivery time within 24 hours of the scheduled delivery. Any delays in delivery must be communicated immediately. If equipment is delivered prior to installation, these deliveries are made to the Warehouse (Bldg 13). The equipment will be installed in Building 38, Room B21; the space is ready for equipment installation. Delivery must be within business hours, M-F, 8-4:30; excluding federal holidays. Loading docks are available at both locations.How do you want the vendor to deliver and install the equipment? Do you want them to deliver and install it all in one day or do you want them to ship and then you store it in the warehouse until the vendor can come in and install. This is a lot of equipment, do you have room to store should it take the vendor several weeks to come for the installation. Is the room ready for the equipment to be installed now? 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) 339920 (size standard of 750 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. 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). If you re a small business and you are an authorized distributor/reseller for the items identified above do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? 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 subcontracted work and completion of job. 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. 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? 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. Please submit your capabilities regarding the salient characteristics detailed above to establish capabilities for planning purposes. Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. 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 mcdaniel.brayboy@va.gov no later than, 10:00 AM Eastern Standard Time (EST) on 03/20/2023. 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, McDaniel Brayboy. 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 Contract Opportunities website 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, McDaniel Brayboy at mcdaniel.brayboy@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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4e74d2a987f843f58b6d2165d5ceec70/view)
 
Place of Performance
Address: Coatesville VAMC 1400 Blackhorse Hill Road, Coatesville 19320, USA
Zip Code: 19320
Country: USA
 
Record
SN06616866-F 20230315/230313230113 (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.