Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

69 -- Driving Simulator

Notice Date
5/25/2023 6:20:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333310 —
 
Contracting Office
252-NETWORK CONTRACT OFFICE 12 (36C252) MILWAUKEE WI 53214 USA
 
ZIP Code
53214
 
Solicitation Number
36C25223Q0648
 
Response Due
6/2/2023 2:00:00 PM
 
Archive Date
06/17/2023
 
Point of Contact
Stacy Massey, Contracting Officer, Phone: 4148448400
 
E-Mail Address
Stacy.Massey@va.gov
(Stacy.Massey@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
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. This solicitation is issued as an RFQ. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02 (effective 03/16/2023). This solicitation is set-aside for Service-Disabled Veteran-Owned Small Businesses. The associated North American Industrial Classification System (NAICS) code for this procurement is 333310, Teaching Machines (i.e., flight simulators) Manufacturing with a small business size standard of 1,000 employees. The FSC/PSC is 6910, Training Aids and Devices. Requirement The Edward J. Hines, Jr. VA Hospital, Physical Medicine and Rehabilitation, Kinesiotherapy (214) Driver Rehabilitation Clinic located at 5000 S. 5th Avenue, Hines, IL 60141-3030 is seeking to purchase a new generation driving simulator to complete driver safety assessments and training for adaptive driver controls. With the advancements made in simulator design and programing, the new generation simulator will be able to serve a larger range of patients with complex physical disabilities and cognitive deficits. This requirement is restricted to domestic end products. To qualify as a nonmanufacturer sellers must meet the requirements at CFR 121.406(b)(1)(i), (b)(1)(ii), and (b)(1)(iii). All interested contractors shall provide quotations for the following: Line Item Description Qty Total Price 0001 Automobile Driving Simulator 1 0002 Training for two Driver Rehabilitation Specialists 1 0003 Delivery, Installation and Setup 1 Minimum Salient Characteristics for Driver Simulator: Horizontal field of view of at least 110 degrees LCD screens with at least a resolution of 1920 x 1080 pixels Transfer frame to assist patients getting in and out Adjustable car seat with dash and center console Tilt Steering wheel with dynamic electric torque feedback Automotive driver controls including accelerator and brake pedals, gear select, ignition, turn signals, and headlight controls Wireless table-based operator interface and library of clinical simulator assessment software Driver adaptive equipment to include spinner knob, left foot accelerator pedal, and mechanical hand controls 1:1 scale driver s cockpit of a Ford sedan Removeable drivers seat for wheelchair accessibility Motorized and adjustable height driver s dashboard Real time rear and side view wide-angle mirrors Free standing tower fan Fits within clinical space of 7.5 x 4 No more than 750 lbs. 20 amps/110-volt circuit max It is the responsibility of the quoter to demonstrate to the government they can provide a product capable of meeting the minimum salient characteristics. Must include descriptive literature. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (MAR 2023) Addendum to FAR 52.212-1 FAR 52.204-7, System for Award Management (OCT 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.214-21, Descriptive Literature (APR 2002) End of Addendum to 52.212-1 FAR 52.212-3, Offerors Representations and Certifications Commercial Products and Commercial Services (DEC 2022) 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 Products and Commercial Services If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (NOV 2021) Addendum to FAR 52.212-4 FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) VAAR 852.203-70, Commercial Advertising (MAY 2018) VAAR 852.211-70, Equipment Operations and Maintenance Manuals (NOV 2018) VAAR 852.219-73, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JAN 2023) (DEVIATION) VAAR 852.219-76, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products (JAN 2023) (DEVIATION) VAAR 852.232-72, Electronic Submission of Payment Requests (NOV 2018) VAAR 852.242-71, Administrative Contracting Officer (OCT 2020) VAAR 852.246-71, Rejected Goods (OCT 2018) End of Addendum to 52.212-4 FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Products and Commercial Services (MAR 2023) All quoters shall submit the following: Quotation in accordance with addendum to FAR 52.212-1, Instructions to Offerors, Attachment 1: Tailored FAR 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services Authorization letter or other documents from the OEM verifying offeror is an authorized dealer, distributor or reseller A completed copy of certificate of compliance for supplies and products at Veterans Affairs Acquisition Regulation (VAAR) 852.219-78, VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products All quotes shall be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Award will be based upon the lowest priced technically acceptable quote received. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoters shall list exception(s) and rationale for the exception(s), if any. Submission of your response shall be received not later than 5:00pm on June 4, 2023. Responses should be sent to the Contracting Officer, Stacy Massey at Stacy.Massey@va.gov. Hand delivered responses will not be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below. Point of Contact Stacy Massey Contracting Officer Network Contracting Office 12 Stacy.Massey@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b43e8c2912f64c12996f9c9654463aa6/view)
 
Place of Performance
Address: Department of Veterans Affairs Edward J. Hines, Jr. VA Hospital Physical Medicine and Rehabilitation 5000 S. 5th Avenue, Hines, IL 60141-3030, USA
Zip Code: 60141-3030
Country: USA
 
Record
SN06695315-F 20230527/230525230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.