Washington Bids > Bid Detail

6515--Rehabilitation Care Service T6 Max Recumbent Cross Trainer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159054795659303
Posted Date: May 3, 2023
Due Date: May 12, 2023
Solicitation No: 36C26023Q0359
Source: https://sam.gov/opp/4e80f357d1...
Follow
6515--Rehabilitation Care Service T6 Max Recumbent Cross Trainer
Active
Contract Opportunity
Notice ID
36C26023Q0359
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
260-NETWORK CONTRACT OFFICE 20 (36C260)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: May 03, 2023 08:44 am PDT
  • Original Date Offers Due: May 12, 2023 05:00 pm PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Puget Sound VA Healthcare System Seattle , WA 98108-1532
    USA
Description
1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

2. This is a Request for Quote (RFQ) and the solicitation number is 36C26023Q0359. The Government anticipates awarding a firm-fixed price purchase order contract resulting from this solicitation.

3. This is a BRAND NAME or Equal solicitation for The Spokane VA Medical Center NuStepT6 Max Recumbent Cross Trainer with Assembly-grab ring. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-03 effective April 26, 2023.

4. This solicitation is for a Small Business Set-Aside. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113, with a small business size standard of 750 Employees and the PSC is 6515.

All interested companies shall provide quotations, including pricing, as a part of this solicitation. All information of this nature submitted to the government shall be made in accordance with the Statement of Work below. Responsive quotes shall include a price quote and item technical specifications showing that it meets Salient Characteristics requirements of the NuStepT6 Max Recumbent Cross Trainer with Assembly-grab ring. (if not Brand Name).
5. Equipment Needed:
ITEM Number
Product Number
Description
Quantity
0001
T6 Max Recumbent Cross Trainer with Assembly-grab ring.
Retirement credit
4
0002
Retirement trade in value for unit disposal.(4) 1)EE62023
2)EE61814
3)EE76043
4)EE51432.
Trade in value
4

6. Salient Characteristics Recumbent Stepper
The equipment Must have the following Salient characteristics:
Must have reclining seat to accommodate wide range of body sizes and types.
Must have a 360-degree swivel seat to accommodate side range of body sizes and types.
Must have low step-through design to accommodate wide range of body sizes and types.
Must have arm handle length adjustments and rotating hand grips up to 40 degrees.
Must have locking controls for arm handles and leg pedals to improve safety when users are entering and exiting the device.
Must have adjustable stride length that is user controlled.
Must have pedal features that go forward and backward.
Must have low-inertia start-up including a low starting resistance with 15 levels of increasing resistance to accommodate wide range of patient.
Must have 600lb minimum weight capacity with a 22 seat to accommodate bariatric patients.
Must have AC adapter access in both the front and rear of the machine due to clinic gym environment.
Must have dual screens to display progress and pacing for patient with additional metrics visible for therapists to analyze patient performance.
Must have Bluetooth compatibility with heart rate monitors to provide information for patients to develop independence in assessing workout intensity.
Must have ability to pause workout for up to 15 minutes to facilitate interval training and extended rest breaks.
Must have 10-year frame warranty and 3-year part warranty
Must give tread in value for retirement Equipment.
7. Delivery address
Spokane VA Medical Center
4815 N Assembly St Building 14 Spokane, WA 99205 -6185
8. The full text of FAR and VAAR provisions or clauses may be accessed electronically at: http://acquisition.gov/comp/far/index.html
http://www.va.gov/oal/library/vaar/index.asp
The following solicitation provisions apply to this acquisition:
9. FAR 52.212-1, Instructions to Offerors Commercial Items , applies to this acquisition and the following clauses and instructions are added as addenda:
ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL
52.252-1
Solicitation Provisions Incorporated by Reference (FEB 1998)
52.204-7
System for Award Management (OCT 2018)
52.204-16
Commercial and Government Entity Code Reporting (AUG 2020)
52.211-6
Brand Name or Equal (AUG 1999)
52.214-21
Descriptive Literature

(a) Gray market items are Original Equipment Manufacturers (OEM NuStep, LLC.) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable.
(b) Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), 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. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions.
(c) The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items.
(d) Any award made as a result of this solicitation will be made on an All or Nothing Basis.
(e) Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations.
(f) All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below.
(g) All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote.
(End of Addendum to 52.212-1)
10. FAR 52.212-2, Evaluation-Commercial Items , applies to this acquisition. The government intends to make a best value determination based on, but not limited to, the following evaluation factors when evaluating offers:
(a) Technical Compliance:
Only Brand Name or Equal items will be accepted in accordance with the Salient Characteristics provided in Section (6) above.
(b) Price:
Price - The offeror shall complete the pricing schedule provided in Section (7) above: Price/Cost Schedule.
(c) Proof of Meeting the Special Standards of Responsibility:
The offeror must provide proof of being an authorized distributor of the manufacturer to be considered for award.
11. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov.
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
12. FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2018)
ADDENDUM to FAR 52.212-4 The following clauses are included as a part of the addendum:
52.204-13
System for Award Management Maintenance (OCT 2018)
52.204-18
Commercial and Government Entity Code Maintenance (AUG 2020)
52.222-19
Child Labor Cooperation with Authorities and Remedies (JUL 2020)
52.232-40
Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)

852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020). The following clauses are incorporated by this clause:
852.203-70
Commercial Advertising
852.212-71
Gray Market Items (APR 2020)
852.232-72
Electronic Submission of Payment Requests.
852.242-71
Administrative Contracting Officer (OCT 2020)
852.246-71
Rejected Goods

13. The following subparagraphs of FAR 52.212-5 are applicable:
FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference;
52.204-10
Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109-282) (31 U.S.C. 6101 note)
52.209-6
Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 U.S.C. 6101 note)
52.219-6
Notice of Total Small Business Set-Aside (NOV 2020)
52.219-28
Post Award Small Business Program Representation (MAY 2020) (15 U.S.C 632(a)(2))
52.222-3
Convict Labor (JUN 2003) (E.O. 11755)
52.222-19
Child Labor Cooperation with Authorities and Remedies (JAN 2020)
52.222-21
Prohibition of Segregated Facilities (APR 2015)
52.222-26
Equal Opportunity (SEP 2016) (E.O. 11246)
52.222-36
Equal Opportunity for Workers with Disabilities (JUN 2020)
52.222-50
Combating Trafficking in Persons (JAN 2019)
52.223-18
Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020)
52.225-3
Buy American--Free Trade Agreements--Israeli Trade Act (JAN 2021)
52.225-13
Restrictions on Certain Foreign Purchases (JUN 2008)
52.232-33
Payment by Electronic Funds Transfer System for Award Management (Jul 2018)

14. There are no additional contract requirements, terms or conditions.
15. The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE.
16. Quotes must be emailed to phillip.folger@va.gov and received no later than 12:00 PM EST on 05/12/2023. Quotes may be submitted on this document or the vendor s own form.
No late quotations will be accepted. The Government intends to make award without discussions.
17. For information regarding the solicitation, please contact Phillip Folger at phillip.folger@va.gov
DEPARTMENT OF VETERANS AFFAIRS
Attachments/Links
Contact Information
Contracting Office Address
  • 5115NE 82ND AVE SUITE 102
  • VANCOUVER , WA 98662
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 03, 2023 08:44 am PDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >