Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2014 FBO #4779
DOCUMENT

66 -- FULLY INSTRUMENTED SPLIT BELT TREADMILL - Attachment

Notice Date
12/23/2014
 
Notice Type
Attachment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25915N0139
 
Response Due
12/30/2014
 
Archive Date
2/28/2015
 
Point of Contact
Kurt Tanny
 
Small Business Set-Aside
Total Small Business
 
Description
Department of Veterans Affairs, VISN 19, Eastern Colorado Health Care System (ECHCS) Research Department is conducting market research to determine small business, small disadvantaged business, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Woman Owned Small Business or HUBZone's interest to provide a fully instrumented split belt treadmill with wide belts. This instrument is required to support the Geriatric Research Education and Clinical Center (GRECC) at ECHCS. The instrument must be approved for use in the GRECC and is required to perform the research studies associated with this program. A separate motion capture system will be integrated with the treadmill. The treadmill needed must be considered an industry leader by providing the highest level of accuracy compared to other instrumented treadmills. This accuracy will produce more meaningful and reproducible research results, leading to better care and quality of life for our veterans. The desired duel belt treadmill will: Correct for cross-talk between the electrical channels of the transducers allowing the treadmill to be implemented with all motion capture systems. Measure forces in 3 directions, providing more accurate and informative data for each research subject. Produce better accuracy compared to other instrumented treadmills using a minimum of six component transducers located in each corner of the 2 treads. Measure forces in 3 directions. Have an incline feature, which can be used to tilt the treadmill up to 15? and a safety harness attachment. Technical Specifications: Fully Instrumented Treadmill (FIT) Dimensions (in): 81.1 x 54.6 x 15.3 Max Allowable Load, N (lb) (per treadmill side): 6,675 (1500) Max Load Range, N (lb): Fx, Fy: 2,225 (500) Fz: 4,450 (1,000) Speed Range, km/h (mi/h) 0-24 (0-15) Acceleration, m/s ² (ft/s ²): 0-25 (0-82) Max Sound Level: 90 dB Number of Belts: 2 Size of Belts: Two independent force measuring running belts, approximately 1.75 m (70 in) long and 0.5 m (20 in) wide per belt. Walking Surface, m (in): 1.75 x 1 (approx. 70 x 40) A.This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), Hub-Zone and other Small Businesses interested and capable of performing the work. Responses to this notice shall include the following: (a) company name b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUB-Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB-Zone business (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. (j) Cost estimate, (k) warranty information, (l) product information (m) delivery information. B.The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. 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. The North American Classification System (NAICS) code for this acquisition has been determined to be 334519 with a size standard of 500 employees. C.Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System for 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. Additionally, all 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. D.Interested parties should submit with their response the following information: a.Company name and DUN # b.POC information c.Business size and socio-economic classification d.Is this item available on FSS Schedule? If so, provide contract # Please email information to kurt.tanny@va.gov no later than 11am MST, Tuesday, December 30th, 2014. Phone inquiries will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25915N0139/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-15-N-0139 VA259-15-N-0139.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787024&FileName=VA259-15-N-0139-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1787024&FileName=VA259-15-N-0139-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN03604201-W 20141225/141223235314-224466627128818cef2e68b4bdcab1b7 (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 |
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.