Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 06, 2024 SAM #8227
SOURCES SOUGHT

78 -- Anti-Gravity Treadmill

Notice Date
6/4/2024 12:56:29 PM
 
Notice Type
Sources Sought
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26024Q0620
 
Response Due
6/10/2024 11:59:00 PM
 
Archive Date
07/11/2024
 
Point of Contact
Phillip Folger, Contract Specialist
 
E-Mail Address
phillip.folger@va.gov
(phillip.folger@va.gov)
 
Awardee
null
 
Description
THIS IS A BRAND NAME OR EQUAL SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is for market research to obtain information regarding the potential availability and capability of qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested, as well as any large businesses. This source sought is UNRESTRICTED and seeks providers capable of fulfilling the requirement in accordance with the Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate set-aside and the appropriate acquisition method. The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is not applicable, as an NMR class waiver is currently in effect for all items under NAICS code 339920 under which this potential acquisition will be categorized. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, VA Southern Oregon Rehabilitation Center & Clinics (VAMC) is conducting market research to identify potential contractor sources which can provide the following Supply: Anti-Gravity Treadmill for the Department of Veterans Affairs VISN 20, VA Southern Oregon Rehabilitation Center & Clinics (VAMC) in accordance with the attached salient Characteristics. Potential sources having the capabilities necessary to provide the above commodities which meet all the requirements outlined in the attached salient characteristics are invited to respond to this Sources Sought Notice via e-mail to phillip.folger@va.gov no later than noted in the RFI. No telephone inquiries will be accepted. Appropriate responses shall include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Salient Characteristics to include: References for similar commodities currently being provided or previously provided (if any) at the required service levels as outlined in the Salient Characteristics. Capability Statement. Capability to provide required supplies at VISN 20 in accordance with the Salient Characteristics. NAICS Code 339920 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required commodities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.   The Department of Veterans Affairs, NCO20 is looking for BRAND NAME or EQUAL sources of the following: MFG PN Item Qty AlterG ANTI-GRAVITY TREADMILL 1     SALIENT CHARACTERISTICS: ITEM ANTI-GRAVITY TREADMILL ACCESSORIES or OPTIONS Floor Mat Light weight Shorts XS, S, M, L, XL, 2XL, 3XL, 4XL INSTALLATION INFO Install the front of the treadmill within 12 (3.7m) from electrical outlet Shipping and handling required. Installation required. Assembly required. DIMENSIONS Length: 85 (217cm) Width: 38 (97cm) Weight: 550lbs. (249kb), approximately MAINTENANCE NEEDS One-year parts, service, and labor warranty Professional technicians available within 24 to 48 hrs. Availability of reaching into the bag for vacuuming around treadmill No tools required for maintenance. IS TRAINING REQUIRED? In-person training required Hard copy of operations manual Digital copy of operations manual PERFORMANCE REQUIREMENTS User weight capacity: 80lbs. (36kg) to 400lbs. (180kg) Body weight range adjustment: As low as 20% of user s body weight, in 1% increments (users above 350lbs. (159kg) may not achieve 20% unweighting) Typical user height range: 5 0 (154cm) to 6 3 (190cm) Running Surface Area: 22 (56cm) wide, 62 (158cm) long Speed Range: -5 to 15 mph (-8 to 24km/hr) Both Flat-Belt and Slat-Belt available Low step-up height (only 3 ) for easy ingress and egress Cantilevered Cockpit adjusts pneumatically allowing the securing of the bag in seconds. Intuitive and large digital touch display allowing user to adjust system parameters. Upgradeable digital touch display as new features are released. 21-point calibrations curve allowing for precise unweighting through the full range of bodyweight support, ensuring each session is calibrated and safe Bag welded not stitched causing a higher service life and reduced cost to repair. NASA Differential Air Pressure (DAP) technology Precise air calibration system Pressurized air chamber to uniformly reduce gravitational load and body weight in precise 1% increments. Inflatable bag surrounds lower extremities of user. Differential air pressure automatically calibrates to users weight and body shape, and gently lifts patient by applying uniform air forces to reduce effective bodyweight and ground reaction force. Two-way communication during sessions to insure desired, steady and accurate percentage body weight. Needs to ensure safe levels of pressure in the air chamber throughout dynamic gait cycles and exercise. Adjustable in precise, 1% set-point increments, providing a safety repeatable experience from session to session. Gait metrics systems needs to have the capability to incorporate real-time feedback and video monitoring to provide objective data on the direct effects of unweighting in real time to allow the clinician to optimize therapy during each session. JUSTIFICATION Precision un-weighting: Allows you to un-weight from full body weight down to as low as 20% of body weight in precise 1% increments. *Precision progressive weighting in 1% increments. DEPARTMENT PHYSICAL MEDICINE & REHAB POWER NEEDS Optional AC Voltage range: 120V 20A, 60Hz Potential contractors shall provide, at a minimum, the following information to phillip.folger@va.gov 1) Company name, address, and point of contact, phone number, e-mail address, and SAM UID. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 339920 Sporting and Athletic Goods Manufacturing. To be considered a small business your company must have fewer than 750 employees. This notice is to determine the marketplace for this specific requirement. Please check one of the following: [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Small Business Manufacturers [ ] yes [ ] no All other Small Business (SB) [ ] yes [ ] no Other than Small Business 3) The Government is not obligated to, nor will it pay for or reimburse any costs associated with responding to this sources sought notice. 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. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov and Veteran Small Business Certification https://veterans.certify.sba.gov/. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic specified in this sources sought; clearly identify the item by Brand name, if any and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government.   Responses are due by 06-10-2024 11:59pm PACIFIC TIME, LOS ANGELES, USA, to the Point of Contact.   Shipping Address: VA Southern Oregon Rehabilitation Center & Clinics 8495 Crater Lake Hwy. White City, OR 975032 Bldg. 225A Warehouse VA SORCC Point of Contact: Phillip Folger Contracting Specialist phillip.folger@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7c36dec9cec84602b05b328214b5cadd/view)
 
Place of Performance
Address: VA Southern Oregon Rehabilitation Center & Clinics 8495 Crater Lake Hwy, White City, OR 97503, USA
Zip Code: 97503
Country: USA
 
Record
SN07086276-F 20240606/240604230123 (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.