Virginia Bids > Bid Detail
6515--Treadmill
Agency: | VETERANS AFFAIRS, DEPARTMENT OF |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159233329500058 |
Posted Date: | May 30, 2023 |
Due Date: | Jun 2, 2023 |
Solicitation No: | 36C26223Q1167 |
Source: | https://sam.gov/opp/c29aff5120... |
Follow
Active
Contract Opportunity
Notice ID
36C26223Q1167
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
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.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
- Original Published Date: May 30, 2023 01:10 pm PDT
- Original Response Date: Jun 02, 2023 11:00 am PDT
- Inactive Policy: Manual
- Original Inactive Date: Aug 01, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
-
NAICS Code:
- 339112 - Surgical and Medical Instrument Manufacturing
-
Place of Performance:
VA Tucson Healthcare System ,
REQUEST FOR INFORMATION: 36C262-23-Q-1167. THIS IS NOT A SOLICITATION. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
THIS IS NOT A SOLICITATION ANNOUNCMENT.  This is a sources sought synopsis for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NAICS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions.Â
After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement.  The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide:
Brand Name or Equal AV Equipment for the VA Tucson Healthcare System.
Brand name items are listed solely for a comparison for the brand name or equal Purchase Request.
Brand name: Multiple Distributors.
If you are interested and can provide the required supplies, please provide the requested information as indicated below.Â
All RFI s must provide the following information:
(1) Company Name:
Address:
Phone Number:
(2) Point of Contact:
Email:
Phone Number:
(3) Company Unique Entity ID (Found at SAM.GOV):
(4) Company Business Size (Large, SDVOSB, Small etc.):
(5) Are you the manufacturer or distributor of the items being referenced above (or
equivalent product/solution)?
(6) What is the manufacturing country of origin of these items?
(7) If you re a small business and you are an authorized distributor/reseller for the items
identified above (or equivalent product/solution), do you alter; assemble; modify; the
items requested in anyway, if you do, state how and what is altered; assembled;
modified?
(8) Does your company have an FSS contract with GSA or the NAC or are you a contract
holder with NASA SEWP or any other federal contract? If so, please provide the contract
type and number.
(9) If you are an FSS GSA/NAC or NASA SEWP contract holder or another federal contract
holder, are the referenced items/solutions available on your schedule/contract?
(10) Please submit your capabilities regarding the salient characteristics being provided and
any information pertaining to brand name or equal to items to establish capabilities for
planning purposes
(11) Please provide general pricing for your products/solutions for market research purposes
(12) Estimated Delivery Date. Responses to this notice shall be submitted via email to: John.harrison2@va.gov
Telephone responses will not be accepted. Responses must be received no later than
06/07/2023 at 11:00 AM PST. If a solicitation is issued, it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. If a response to the solicitation is not received by the government representative listed above, the vendor will not be considered for award. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Please provide unofficial pricing.
Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions.
2062898-001 1 CASE V6.7 1 EA 0.0000
2062898-826 2 CASE WINDOWS 8.1 PREMIUM PKG w/ display 1 EA 20744.1000
2062898-490 3 CASE LANGUAGE V6.73 SP2 ENG US 1 EA 0.0000
2026714-078 4 PHTM CASE NORTH AMERICAN POWER CORD 1 EA 0.0000
2062898-740 5 PHTM Casev6.7 CAM 14 Stress AHA 1 EA 0.0000
2062898-050 6 PHTM CASE V6.7 12SL 1 EA 668.2500
2079072-001 7 TANGO M2 GENERIC ATO MODEL 1 EA 0.0000
2079072-020 8 TANGO M2 BASE UNIT - ROHS 1 EA 5265.0000
2079072-006 9 PHTM TANGO M2 PWRCRD US-CANADA 1 EA 0.0000
2079072-021 10 PHTM TANGO M2 LANG ENG - ROHS 1 EA 0.0000
2071179-006 11 SPLY TANGO M2 CUFF ORBIT-K SMALL ADULT 1 EA 222.7500
2071179-013 12 SPLY TANGO M2 LPXPOD KIT 1 EA 850.5000
2073320-065 13 ECG SPLITTER CABLE - ROHS 1 EA 101.2500
2040577-001 14 SET ADDITIONAL DEVICE MOUNTING for CASE 1 EA 243.0000
1092405-001 15 T2100-ST TREADMILL 1 EA 0.0000
1092405-022 16 T2100-ST2 TREADMILL 220V 1 EA 5572.8000
1092405-041 17 CABLE RS232 INTERFACE T2100ST to CASE/PC 1 EA 52.6500
2104768-001 18 GE Thermal Paper 8.5"x11", Red Grid 1 EA 88.0000
200mm Wide, 88.000 88.00 Z-Fold, Hole
Queue, 300 Sheets/8 Packs
2104779-001 19 ECG Snap Electrode Foam Tear Drop 1 EA 154.7100
Wet Gel, 38.1mm/1.5", 600 Electrodes/Case
INSTALL CASE 20 INSTALLATION CASE 1 EA 0.0000
INSTALL CASE 21 INSTALLATION CASE 1 EA 0.0000
HANDL LING 22 SPECIAL HANDLING SERVICE 1 EA 250.0000
2091267-001 23 DCAR ONE DAY ON-SITE CLINICAL PRODUCT 1 EA 2500.0000
TRAINING for CARTS & STRESS, 1.00 EA INSTALL
CARD INSTALLATION CARDIOLOGY SERVICE
INSTALL CARD 24 INSTALLATION CARDIOLOGY SERVICE 1 EA 0.0000
ET WARRANTY 25 CASE STRESS SYSTEM Extended Warranty 1 EA 4395.0000
TOTAL COST: $
Salient Characteristics: Treadmill
Safety
Dual comparative speed sensors
Auto runaway shutdown
Auto communication loss shutdown
Manual twist lock Emergency Stop button
Manual Stop Tether
Braking system for safe patient off-loading
Fire-rated motor pan hood enclosure
Weight
Patient weight capacity 500 lb., 227 kg
Treadmill net weight: 425 lb., 193 kg
Drive System
Heavy-duty 6-peak hp. brushless, DC servo motor
Power Requirements
110-120VAC, 1-phase, 60 Hz, 20-amp power supply
Must have dedicated 20A service
Speed Range
0.1 to 15.0 mph, 0.2 to 24.0 km/h, self-calibrating and adjustable in 0.1 mph 0.1 km/h increments.
Incline Range
0 to 25%, 0.5% incremental movements, self-calibrating.
Running Surface
22 in. x 63 in., 56 cm x 160 cm
Master Track® running belt tracking system
Cushioned running deck absorbs shock of foot falls
Self-lubricated and reversible running deck
Step-up, low profile deck height (7 in., 18 cm from floor)
Communication Ports
RS232 Female Serial port
USB 1.0 B port
Floor Surface Footprint
33.0 in. x 78.5 in., 84 cm x 200 cm level surface.
Operating and Storage Condition Recommendations
Operating Temperature Range: 4.5° to +38° C (+40° to +85° F)
Storage Temperature Range: -40° to +70° C (-40° to +158° F)
Operating and Storage Relative Humidity Range: 10% - 90%, non-condensing
Altitude: -50 to 5,280 feet
Optional Features
Adjustable height handrail:31.2 in (79 cm) to 37.5 in (92.5 cm) as measured from the top of the running surface
THIS IS NOT A SOLICITATION ANNOUNCMENT.  This is a sources sought synopsis for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NAICS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions.Â
After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement.  The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide:
Brand Name or Equal AV Equipment for the VA Tucson Healthcare System.
Brand name items are listed solely for a comparison for the brand name or equal Purchase Request.
Brand name: Multiple Distributors.
If you are interested and can provide the required supplies, please provide the requested information as indicated below.Â
All RFI s must provide the following information:
(1) Company Name:
Address:
Phone Number:
(2) Point of Contact:
Email:
Phone Number:
(3) Company Unique Entity ID (Found at SAM.GOV):
(4) Company Business Size (Large, SDVOSB, Small etc.):
(5) Are you the manufacturer or distributor of the items being referenced above (or
equivalent product/solution)?
(6) What is the manufacturing country of origin of these items?
(7) If you re a small business and you are an authorized distributor/reseller for the items
identified above (or equivalent product/solution), do you alter; assemble; modify; the
items requested in anyway, if you do, state how and what is altered; assembled;
modified?
(8) Does your company have an FSS contract with GSA or the NAC or are you a contract
holder with NASA SEWP or any other federal contract? If so, please provide the contract
type and number.
(9) If you are an FSS GSA/NAC or NASA SEWP contract holder or another federal contract
holder, are the referenced items/solutions available on your schedule/contract?
(10) Please submit your capabilities regarding the salient characteristics being provided and
any information pertaining to brand name or equal to items to establish capabilities for
planning purposes
(11) Please provide general pricing for your products/solutions for market research purposes
(12) Estimated Delivery Date. Responses to this notice shall be submitted via email to: John.harrison2@va.gov
Telephone responses will not be accepted. Responses must be received no later than
06/07/2023 at 11:00 AM PST. If a solicitation is issued, it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. If a response to the solicitation is not received by the government representative listed above, the vendor will not be considered for award. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Please provide unofficial pricing.
Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions.
2062898-001 1 CASE V6.7 1 EA 0.0000
2062898-826 2 CASE WINDOWS 8.1 PREMIUM PKG w/ display 1 EA 20744.1000
2062898-490 3 CASE LANGUAGE V6.73 SP2 ENG US 1 EA 0.0000
2026714-078 4 PHTM CASE NORTH AMERICAN POWER CORD 1 EA 0.0000
2062898-740 5 PHTM Casev6.7 CAM 14 Stress AHA 1 EA 0.0000
2062898-050 6 PHTM CASE V6.7 12SL 1 EA 668.2500
2079072-001 7 TANGO M2 GENERIC ATO MODEL 1 EA 0.0000
2079072-020 8 TANGO M2 BASE UNIT - ROHS 1 EA 5265.0000
2079072-006 9 PHTM TANGO M2 PWRCRD US-CANADA 1 EA 0.0000
2079072-021 10 PHTM TANGO M2 LANG ENG - ROHS 1 EA 0.0000
2071179-006 11 SPLY TANGO M2 CUFF ORBIT-K SMALL ADULT 1 EA 222.7500
2071179-013 12 SPLY TANGO M2 LPXPOD KIT 1 EA 850.5000
2073320-065 13 ECG SPLITTER CABLE - ROHS 1 EA 101.2500
2040577-001 14 SET ADDITIONAL DEVICE MOUNTING for CASE 1 EA 243.0000
1092405-001 15 T2100-ST TREADMILL 1 EA 0.0000
1092405-022 16 T2100-ST2 TREADMILL 220V 1 EA 5572.8000
1092405-041 17 CABLE RS232 INTERFACE T2100ST to CASE/PC 1 EA 52.6500
2104768-001 18 GE Thermal Paper 8.5"x11", Red Grid 1 EA 88.0000
200mm Wide, 88.000 88.00 Z-Fold, Hole
Queue, 300 Sheets/8 Packs
2104779-001 19 ECG Snap Electrode Foam Tear Drop 1 EA 154.7100
Wet Gel, 38.1mm/1.5", 600 Electrodes/Case
INSTALL CASE 20 INSTALLATION CASE 1 EA 0.0000
INSTALL CASE 21 INSTALLATION CASE 1 EA 0.0000
HANDL LING 22 SPECIAL HANDLING SERVICE 1 EA 250.0000
2091267-001 23 DCAR ONE DAY ON-SITE CLINICAL PRODUCT 1 EA 2500.0000
TRAINING for CARTS & STRESS, 1.00 EA INSTALL
CARD INSTALLATION CARDIOLOGY SERVICE
INSTALL CARD 24 INSTALLATION CARDIOLOGY SERVICE 1 EA 0.0000
ET WARRANTY 25 CASE STRESS SYSTEM Extended Warranty 1 EA 4395.0000
TOTAL COST: $
Salient Characteristics: Treadmill
Safety
Dual comparative speed sensors
Auto runaway shutdown
Auto communication loss shutdown
Manual twist lock Emergency Stop button
Manual Stop Tether
Braking system for safe patient off-loading
Fire-rated motor pan hood enclosure
Weight
Patient weight capacity 500 lb., 227 kg
Treadmill net weight: 425 lb., 193 kg
Drive System
Heavy-duty 6-peak hp. brushless, DC servo motor
Power Requirements
110-120VAC, 1-phase, 60 Hz, 20-amp power supply
Must have dedicated 20A service
Speed Range
0.1 to 15.0 mph, 0.2 to 24.0 km/h, self-calibrating and adjustable in 0.1 mph 0.1 km/h increments.
Incline Range
0 to 25%, 0.5% incremental movements, self-calibrating.
Running Surface
22 in. x 63 in., 56 cm x 160 cm
Master Track® running belt tracking system
Cushioned running deck absorbs shock of foot falls
Self-lubricated and reversible running deck
Step-up, low profile deck height (7 in., 18 cm from floor)
Communication Ports
RS232 Female Serial port
USB 1.0 B port
Floor Surface Footprint
33.0 in. x 78.5 in., 84 cm x 200 cm level surface.
Operating and Storage Condition Recommendations
Operating Temperature Range: 4.5° to +38° C (+40° to +85° F)
Storage Temperature Range: -40° to +70° C (-40° to +158° F)
Operating and Storage Relative Humidity Range: 10% - 90%, non-condensing
Altitude: -50 to 5,280 feet
Optional Features
Adjustable height handrail:31.2 in (79 cm) to 37.5 in (92.5 cm) as measured from the top of the running surface
Attachments/Links
Contracting Office Address
- 335 E. German Rd SUITE 301
- Gilbert , AZ 85297
- USA
Primary Point of Contact
- John Harrison
- john.harrison2@va.gov
- Phone Number 562-766-2267
Secondary Point of Contact
- May 30, 2023 01:10 pm PDTPresolicitation (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.