DOCUMENT
J -- SERVICES: SERVICE CONTRACT FOR ACTIVE STEP TREADMILL IN MOBILE UNIT. REQUIRED ANNUALLY. RENEWABLE FOR UP TO 5 YEARS - Attachment
- Notice Date
- 6/2/2014
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 8 (NCO 8);8875 Hidden River Pkwy Suite 525;Tampa FL 33637
- ZIP Code
- 33637
- Solicitation Number
- VA24814I1176
- Response Due
- 6/6/2014
- Archive Date
- 6/9/2014
- Point of Contact
- James L. Jones
- E-Mail Address
-
James L. Jones, Contracting Officer
(James.Jones30@va.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Sources Sought Annual Maintenance Agreement Active Step Fall Prevention Training System This is not a solicitation announcement. This is a sources sought notice only. The purpose of this notice is to gain knowledge of potential qualified contractors and their socio-economic/size classifications (Service-Disabled Veteran-Owned Small Business, Vet-owned, Hubzone, Woman Owned, 8(a), small business, and large business) relative to NAICS Code, 541712, annual maintenance for an Active Step treadmill; upgrade and data service plan for James A. Haley Veterans' Hospital, 13000 Bruce B. Downs Blvd., Tampa Florida and associated sites. Responses to this notice will be used by the Contracting Officer for purposes of assigning the appropriate set-aside, if any, for subject intended contract. Potential offeror responses should email the Contracting Officer, James.Jones30@va.gov, by June 6, 2014 at 11:30 am. Please include the main point of contact name and phone number, DUNS Number; socio-economic category and business size, and a concise list of facilities currently being serviced for this specific service. Point of Contact Email your questions to James.Jones30@va.gov Place of Performance Address: James A. Haley Veterans' Hospital;13000 Bruce B. Downs Blvd, Tampa, FL 33612 Introduction The intent of this document is to outline and define services needed for Simbex Active Step Fall Prevention treadmill, which is manufactured by Simbex Corporation. This highly specialized equipment is capable of training fall recovery by perturbing balance during patient walking. It simulates slips by rapidly reversing direction upon detection of heel contact. Its specialization capability is unique to repeatable postural and gait perturbation applications. Contractor Responsibilities 1. The Contractor shall be a qualified technician with specialized training and written authorization from the manufacturer to provide maintenance and support. 2. The Contractor shall provide regular software upgrades and maintenance for the custom integrated system, which is located in the Mobile Therapy Clinic at the James A. Haley Veterans' Hospital. 3. The Contractor shall be available on short notice to provide onsite and remote service as needed. 4. Contractor shall provide information regarding regular, scheduled maintenance to assure the continued reliable operation of the equipment and software. This preventive maintenance information shall be of a frequency that conforms to the manufacturer's operation and maintenance instructions for the supported equipment. 5. Emergency repairs shall be performed after notification that the equipment is inoperative. The contractor shall provide the government with a designated point of contact and shall arrange to enable its maintenance representative to receive such notification. The contractor shall perform emergency repair service within 48-72 hours of time of receipt of the instrument except when an ordering facility is able to repair via the phone. The contractor shall provide all parts and labor needed to repair the malfunction. If applicable, travel, per diem and other expenses associated with a repair visit shall be borne by the contractor. The contractor shall furnish a malfunction incident report to the installation upon completion of said maintenance call. 6. The Contractor shall provide a complete software upgrade description list. Period of Performance The anticipated period of performance is one base period for 12 months and four option periods for 12 months each (total of 60 months). Each option period will be exercised based on satisfactory performance, funding availability, and at the prices established at time of contract award. The projected period of performance shall begin approximately the beginning of July 2014.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/TaVAMC673/TaVAMC673/VA24814I1176/listing.html)
- Document(s)
- Attachment
- File Name: VA248-14-I-1176 VA248-14-I-1176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1398635&FileName=VA248-14-I-1176-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1398635&FileName=VA248-14-I-1176-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA248-14-I-1176 VA248-14-I-1176.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1398635&FileName=VA248-14-I-1176-000.docx)
- Place of Performance
- Address: 8875 Hidden River Pkwy, Ste 560, Rm 512;Tampa, FL
- Zip Code: 33637
- Zip Code: 33637
- Record
- SN03382745-W 20140604/140602234719-13b7fe89479743a007669393e2f08925 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |