Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 12, 2018 FBO #6075
DOCUMENT

78 -- Basketball Wheelchairs - Attachment

Notice Date
7/10/2018
 
Notice Type
Attachment
 
NAICS
713940 — Fitness and Recreational Sports Centers
 
Contracting Office
Department of Veterans Affairs;Southeast Louisiana Veterans HCS;1515 Poydras Street;Suite 1100;New Orleans LA 70112
 
ZIP Code
70112
 
Solicitation Number
36C25618Q9790
 
Archive Date
8/9/2018
 
Point of Contact
Department of Veterans Affairs
 
E-Mail Address
k
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE Basketball Wheelchairs Plus Installation The overall purpose is to provide and install Basketball Wheelchairs for PM&R Section to the Southeast Louisiana Veterans Health Care System (SLVHCS), located at 2400 Canal Street, New Orleans, LA 70119. The specific requirements for this procurement are listed in the Statement of Work and Required Items List within this Sources Sought notice. Instruction to Offerors Guidance: This Sources Sought Notice is not a Request for Quote (RFQ). No solicitation is being issued at this time. 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. Any information provided to the Government as a result of this sources sought notice is voluntary. Responses will not be returned. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses or the Government s use of such information. This Sources Sought Notice is for planning purposes only and is intended to identify contractors in any socioeconomic category who can support this requirement. INSTRUCTIONS FOR SUBMISSION Interested contractors shall submit a response via e-mail only to Iris Ramirez, Contract Specialist iris.ramirez@va.gov. Responses are due no later than July 12, 2018 by 2:00 p.m. Eastern Daylight Time (EDT). Respondents should include as part of their submission: Indicate if you can provide all items listed in the Statement of Work to include installation and training. If/when this requirement is solicited it will be all or nothing meaning that prospective contractors must be able to provide all items. Please do not submit a price quote as this request is for market research/informational purposes only. The purpose is to identify potential contractors that can provide Basketball Wheelchairs. Statement of Work Basketball Wheelchairs Southeast Louisiana Veterans Health Care System New Orleans, LA 06/01/2018 1. PURPOSE 1.1 The overall purpose is to provide and install Basketball Wheelchairs for PM&R Section at Southeast Louisiana Veterans Health Care System (SLVHCS), 2400 Canal Street, New Orleans, Louisiana 70119. 2. SCOPE 2.1 The Contractor shall provide, transport, install, and test all listed equipment. All products must meet all salient characteristics defined in this section. The Equipment will be unpackaged and cataloged by the RSO and supervisor of Nuclear Medicine. Some equipment will require installation. The RSO and facilities management will coordinate. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, facilities and services required for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in order to carry out the installation. 2.5 SALIENT CHARACTERISTICS 2.5.1: Basketball wheelchair 16 X 18 Quantity 6 Suggested Manufacturer Brand Name: TE 10000 Top end Or Equal Basketball wheelchair for recreational activities Seat Depth 16" Seat Width 18" Back Height Adjustable - 11" to 14 Seat to Floor, ADJ F- 19" - 21" R-15-21 Wheelbase, 17" Camber, 18 degree Center of Gravity, Adj 3.5" to 5.5" Back Type, Adjustable Angle, Non-Folding Anti-Tip, Single Adjustable Height - Footrest, Platform, Wheels, 25" Sun, High Performance Handrims, 25" Aluminum 6 Tab Handrims Mount, Standard Tires, 25", Primo Axles, Quick Release 1/2" Steel Upholstery Color Black Nylon Seat Upholstery, Screw-on NC Back Upholstery, Adjustable Tension, Nylon Strap, Calf - NC Frame Color Royal Blue 2.5.2: Basketball wheelchair 18 X 20 Quantity 2 Suggested Manufacturer: TE 10000 Top end or equal Seat Depth 18 Seat Width 20" Back Height Adjustable - 11" to 14 Seat to Floor, ADJ F- 19" - 21" R-15-21 Wheelbase, 17" Camber, 18 degree Center of Gravity, Adj 3.5" to 5.5" Back Type, Adjustable Angle, Non-Folding Anti-Tip, Single Adjustable Height - Footrest, Platform, Wheels, 25" Sun, High Performance Handrims, 25" Aluminum 6 Tab Handrims Mount, Standard Tires, 25", Primo Axles, Quick Release 1/2" Steel Upholstery Color Black Nylon Seat Upholstery, Screw-on NC Back Upholstery, Adjustable Tension, Nylon 1 Strap, Calf - NC 1 Frame Color Royal Blue 2.5.3: Basketball wheelchair 19 X 20.5 --Quantity 2 Suggested Manufacturer: TE1002 Top End Schulte 7000 or equal Seat Width 20.5" Seat Width Taper 1" Seat Depth 19" Extra Frame Depth 2" Seat to Floor, Front 20.5" Seat to Floor, Rear 18.5" Camber, 18 degree PC Center of Gravity, Adj 4" to 6" Wheelbase, 18" Back Height Adjustable - 11" to 14 Anti-Tip, Single Adjustable Height Wing, Four bend Footrest, Tubular, ADJ Height Footrest Risers, 2" Front Frame Angle 90 Degrees Footrest Height, from floor - 3" Wheels, 26" Sun, High Performance Handrims, 26" Aluminum 6 Tab Handrims Mount, Standard Tires, 26", Primo Axles, Quick Release 1/2" Steel Tire to Tire Distance Seat Width plus 2.5" Upholstery Color Black Nylon Seat Upholstery, Adjustable Tension, Nylon Back Upholstery, Adjustable Tension, Nylon Frame Protector, Rear - NC Strap, Calf - NC Frame Color Royal Blue 2.6 DELIVERY AND INSTALLATION 2.6.1 DELIVERY 2.6.1.1 Contractor shall deliver all equipment to the Southeast Louisiana Veterans Health Care System (SLVHCS) Central Energy Plant building 2400 Canal St, New Orleans, LA 70119 on September 1, 2018. 2.6.1.2 Deliver materials to job in manufacturer's original sealed containers with brand name marked thereon. 2.6.1.3 Package to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. 2.6.1.4 Deliver specified items only when the site is ready for installation work to proceed. 2.6.1.5 Store products in dry condition inside enclosed facilities. 2.6.1.6 Any government requested delayed delivery up to 90 days after initial award delivery date, shall be at no additional cost to the Government. 2.6.1.7 A pre-delivery meeting will be conducted 60 days prior to initial award delivery date for verification of delivery and installation dates. 2.6.1.8 Delivery and Installation will be coordinated through the COR. 2.6.2 INSTALLATION 2.6.2.2 Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards 2.6.2.3 Installation must be completed by August 1, 2017. All work shall be completed between 8:00 a.m. and 4:30 p.m. Monday Friday. All federal holidays, excluded. Federal holidays are available at the Federal Holiday OPM Site. 2.6.2.4 If there is an operational conflict with installation, night or weekend installation may be required. Government will provide a 72 hours' notice of change of installation hours. 2.6.2.5 The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements with the COR. 2.6.2.6 The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. Contractor shall remove all packaging from the SLVHCS premises. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. 2.7 SITE CONDITIONS 2.7.1 There shall be no smoking, eating, or drinking inside the hospital at any time. 3. INSPECTION AND ACCEPTANCE: 3.1 The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. 3.2 Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). 3.3 The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. 4. DELIVERABLES 4.1 Operation and Maintenance Manuals 5. OPERATOR TRAINING: 5.1 Contractor shall provide On-site training of the equipment to the Users. Scheduling of operator training shall be coordinated with the SLVHCS COR after installation is complete. 6. PROTECTION OF PROPERTY 6.1 Contractor shall protect all items from damage. The Contractor shall take precaution against damage to the building(s), grounds and furnishings. The Contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. 6.2 The Contractor shall perform an inspection of the building(s) and grounds with the COR prior to commencing work. To insure that the Contractor shall be able to repair or replace any items, components, building(s) or grounds damaged due to negligence and/or actions taken by the Contractor. The source of all repairs beyond simple surface cleaning is the facility construction contractor (or appropriate subcontractor), so that building warranty is maintained. Concurrence from the VA Facilities Management POC and COR is required before the Contractor may perform any significant repair work. In all cases, repairs shall utilize materials of the same quality, size, texture, grade, and color to match adjacent existing work. 6.3 The Contractor shall be responsible for security of the areas in which the work is being performed prior to completion. 6.4 Contractor shall provide floor protection while working in all VA facilities. All material handling equipment shall have rubber wheels. 7. SECURITY REQUIREMENTS 7.1 The Certification & Accreditation (C&A) requirements do not apply and a Security Accreditation Package is not required. 8. WARRANTY 8.1 The contractor shall provide a one year manufacturer s warranty on all parts and labor. 8.2 The warranty shall include all travel and shipping costs associated with any warranty repair.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NOrVAMC/VAMCCO80220/36C25618Q9790/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25618Q9790 36C25618Q9790.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4469683&FileName=36C25618Q9790-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4469683&FileName=36C25618Q9790-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Department of Veterans Affairs;Southeast Louisiana Veterans HCS;PM&R Section;2400 Canal Street;New Orleans, Louisiana
Zip Code: 70119
 
Record
SN04985279-W 20180712/180710231203-0bc20c84cbccb7ec4acccbf0faad25db (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.