The RFP Database
New business relationships start here

(660)(C) Vector Gait Safety System set-aside for small business (all categories)


Colorado, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number is: 36C25918Q0061, and it is issued as a request for quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96.
This solicitation is issued for small business vendor categories. NAICS: 334510.
This is being issued as a name brand or equal solicitation. The name brand manufacturer is Bioness, Inc. Vendor must be able to provide all the listed or equal items. The quoted items shall meet or exceed the items listed on the schedule. If an equal product is quoted, the vendor shall submit documentation stating why/how their product meets or exceeds each brand name item.
The vendor shall be an authorized distributor, verified by an authorization letter from the original equipment manufacturer (submit authorization letter with quote);
All items must be new.

Required items:
(1 ea.) Gait and safety system, Vector Elite #VEC-1000 (or equal)
System includes Elite (or equal) trolley, five Maine anti-gravity harnesses, power rail and I-beam and attachment material
Ceiling mounted track system
Dynamic support track
Switch track to allow the robotic trolleys to move between two independent track layouts; allowing the flexibility to move over stairs, treadmills, etc.
Three trolleys can be used on the track simultaneously
Robotic trolley that detects motion at 1,000 times per second
Touch screen PC and hand-held device
Emergency stop and emergency lower buttons on all control screens; not in a menu or drop-down
Minimum 500 lb. weight capacity
UL listed for electrical, mechanical and structural safety
Minimum one year warranty
Maintenance, service and parts manuals
Training by a manufacturer authorized person (documentation required)
Installation. Prepare the system for programming and technical commissioning by a manufacturer authorized technician (documentation required). The Salt Lake VAMC will install a 110V/20A dedicated circuit.
Stamped structural engineering documents.

*Provide estimated time frame (from award to in-use).



Delivery (FOB Destination)
Department of Veterans Affairs
Salt Lake VA Medical Center
Attn.: warehouse
500 Foothill Drive
Salt Lake City, UT 84148
The provision at 52.212-1, Instructions to Offerors Commercial, applies to this acquisition.
(a) Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA Medical Centers.B B No remanufactures or gray market items will be acceptable.
(b)B Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.B B All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions

The provision at 52.212-2, Evaluation Commercial Items, does not apply to this acquisition. Evaluation will be made by LPTA.
Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer.
The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition.
Any additional contract requirements or terms and conditions: FAR 52.203-16, FAR 52.203-17, FAR 52.204-7, FAR 52.204-4, FAR 52.211-6, FAR FAR 52.228-5, FAR 52.232-33, FAR 52.232-40, FAR 52.247-34, VAAR 852.203-70, VAAR 852.211-70, VAAR 852.211-73, VAAR 852.232-72, VAAR 852.246-70, VAAR 852.246-71.
All Contractors must be registered in SAM.gov to do business with the federal government and annually ensure the information is current at https://www.sam.gov/ .
The Defense Priorities and Allocations System (DPAS) does not apply.
Date and Time offers are due: November 30, 2017 by 1200 Mountain Time to brooke.barker@va.gov.

Brooke Barker
brooke.barker@va.gov

Contract Specialist

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP