SOURCES SOUGHT
65 -- Anti Gravity Treadmill with Front Camera
- Notice Date
- 1/16/2024 11:32:37 AM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26224Q0434
- Response Due
- 1/23/2024 10:00:00 AM
- Archive Date
- 03/23/2024
- Point of Contact
- Choo, Sam, Contract Specialist, Phone: sam.choo@va.gov
- E-Mail Address
-
sam.choo@va.gov
(sam.choo@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this source sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide ALTERG VIA Anti Gravity Treadmill or Equal for Los Angeles VA Medical Center, Health Administration Service Department. The prospective contractor must be able to provide items meeting following characteristics: Salient Characteristics: Treadmill Must utilize NASA s patented differential air pressure technology and a 21-point end-to-end calibration to accurately measure the user characteristics. Must be a conventional treadmill with 12 mph maximum forward speed, 3 mph maximum reverse speed, and an elevation range of 0 to 15%. Must have a front-facing camera for live video monitoring. Must have Inflatable bags surrounding lower extremities of user for safety. Must apply differential air pressure with automatic calibration to users weight and body shape, and gently lifting patient by applying uniform air forces to reduce effective bodyweight and ground reaction forces. Must ensures safe levels of pressure in the air chamber during exercise and dynamic gait cycles. Must offer video monitoring and gait analytics that give objective information on the immediate effects of unweighting in real time, enabling the clinician to tailor therapy for each patient. Must provide two way internal % body weight feedback which maintains constant and precise user body weight data during the session. Must have the ability to adjust body weight, which permits full weight bearing down to 20% in 1% increments. Must have a digital touch display that is upgradeable allowing the user to adjust all system parameters in one place. Installation and Shipping Must be delivered and installed within 14 Days ARO for both West LA and Sepulveda VA clinical locations. Must provide In-person training. Warranty Must come with one year of preferred warranty covering all parts, service, and labor. If you are interested and are capable of providing the required supply(s) please provide the following information. (1) Company Name, Address, Point of Contact (Direct Phone Number and Email) (2) 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. (3) Is your company considered small under the NAICS code 334510? (4) 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 type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (6) Are the products or solutions mentioned made in the United States? If not, where? (6) Must provide general pricing for your products/solutions for market research purposes. The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources-sought announcement. 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. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service-Disabled Veteran Owned Small Businesses. However, if there are insufficient Service-Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 334510 (1,250 Employees). Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, 01/23/2022 10:00 AM PT. After review of the responses to this source sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at www.vip.vetbiz.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/db049182a4c84479ae43705d09c842ff/view)
- Place of Performance
- Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN06936470-F 20240118/240116230046 (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 |