SOLICITATION NOTICE
65 -- Physical Therapy Equipment
- Notice Date
- 9/12/2025 11:19:29 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339920
— Sporting and Athletic Goods Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25925Q0806
- Response Due
- 9/16/2025 12:00:00 PM
- Archive Date
- 10/01/2025
- Point of Contact
- Charles Morton, Contract Specialist, Phone: 307-433-3739
- E-Mail Address
-
charles.morton@va.gov
(charles.morton@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25925Q0806 Physical Therapy Equipment Small Business Set-Aside This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. ** Quotes are to be provided to charles.morton@va.gov no later than 1:00 pm MT, 9/16/2025 Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25925Q0806. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-04 effective June 11, 2025. The North American Industrial Classification System (NAICS) code for this procurement is 339920 with a small business size standard of 750 Employees. This solicitation is a 100% set-aside for Small Businesses. List of Line Items and Salient Characteristics: Salient Characteristics Description Quantity Unit Price Total Price 1. Ergometer, Recumbent Stepper Battery operated; 60 L x 27 W x 45 H, unit accommodates up to 400lb person, accommodating user height ranging from 4 6 to 6 4, padded seat and contoured backrest, the minimum amount of required free, space around the equipment is 24 inches (61 cm) for the sides, and 12 inches (30 cm) for the front and rear. Additional free space is necessary to accommodate wheelchair access. The recumbent cross trainer combines a natural sitting position with a smooth stepping motion to work all major muscle groups during exercise. Providing an effective cardiovascular workout, features a comfortable seat that swivels 360-degrees, locking every 45-degrees for convenient positions of access. The seat (recumbent) position is designed to facilitate safe transfers, reducing the risk of falls. Features two exercise programs (quick start and pace partner), providing a low impact cardiovascular and strengthening workout to benefit users of any fitness level or functional ability. With a low inertia start-up, user-controlled step length, and 10 resistance levels, the device empowers users to exercise independently and adjust their workout as they progress. The unique design allows patients to move the arms and legs in a single, fluid motion that simulates walking, with the added benefit of resistance training. Option for patients to also track progress with a USB port or USB-C port for data download of workout summaries. Offering contralateral movement arm linked with opposite leg, the unit bust be adjustable to user preference to maximize efficiency. Includes adjustable, rubber hand grips for optimal arm length and an adjustable, padded seat that moves forward and back to accommodate various leg lengths. Foot pedals are designed to accommodate feet of various sizes and built with a heel cup to prevent feet from slipping. Suitable for physical therapy, cardiopulmonary rehabilitation, sports medicine, and general fitness purposes. 1 2. Bariatric Hi-Lo Rehab Treatment Table A HI/Low, powered treatment table for Bariatric patients with a weight bearing capacity of approximately 800 pounds. The table will have an electro-mechanical power system for multiple position movement including full height adjustment and powered back. The table will provide easy access for patients in wheelchair or stretcher and be adjustable from a low of approximately 18"" to a high of approximately 30"". It will operate with hand or foot controls. It will include an upholstered contoured padded top for patient comfort. Dimensions 36""W x 76""L x 22""-38""H; 110 volts and a 60Hz motor. 800 lb lifting weight capacity, ability to raise and lower from approximately 17-36"", three-piece table with ability angle each section. Face cutout. Must be 3 sections for head/ trunk, seat, and leg sections. The top is constructed of 1-3/4 firm density foam top that measures 36""W x 76""L with heavy-duty vinyl with antimicrobial, water resistant, healthcare grade fabric. Four total locking swivel castors. 2 3. Dumbbell Weight Set Set of weightlifting dumbbells for use in physical training or rehabilitation. Weights should be vinyl coated cast iron. one set weighing 1, 2, 3, 4, 5, 6, 7, 8, 9, 10 pounds. Durable cast iron to endure long term use. Weight is covered in a latex free, vinyl coating to grip. Weights are a complete set including each size dumbbell (10 pairs). Ideal for simple light-medium weight strength training and rehabilitation exercises. 1 4. Cuff Weight Set Velcro cuff weight sets 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12 pounds. The cuff weights, users wrap the weights around their wriest and ankles and tighten them with a Velcro brand fastener and D-ring strap. Filled with lead-free steel shots, antimicrobial, water resistant, healthcare grade fabric. 1 5. Cuff Weight & dumbbell Storage Rack Multi-use storage rack contains all physical therapy and exercise equipment in one easy-to-roll, versatile rack. Hang resistance band rolls, line up ankle/wrist weights, and stack dumbbells for easy access whenever you need them. Dual wheel swivel casters let you store up to 500 pounds of weights and easily move them out of the way. Prefer solid surface to pegboard or laminate, neutral color. Able to withstand antimicrobial, water resistant, healthcare grade cleaning. Cuff weight sliding hook system makes lateral positioning fast and easy, minimal 12 cuff weight hooks included. Protective plastic bumpers with 3"" swivel casters. Strong polycarbonate dumbbell rods are angled for added stability. Holds up to 32 cuff weights, 20 dumbbells and 3 rolls of exercise band. 1 6. Posture Mirror Glass size panel: 23 W x 67 H. Mobile, furnished with 2 min castors. 1 7. Cervical Spine Traction Unit Portable pneumatic Cervical traction unit. The pressure gauge indicates traction in pounds and kilograms. The device is designed to provide safe and effective stretching to the cervical region (neck) and prevent TMJ compression and discomfort. Uses the handheld pump with the pressure relief valve to increase or decrease traction force with ease. Combines rotating neck wedges with lateral width adjustment. Self-adjusting neck wedge that rotates through a 30-degree arc and adjusts to any size, ensuring that patients with extra-large or extra small necks can achieve a secure fit. Cervical traction can be used to treat conditions such as: osteoarthritis, headaches, herniated discs, muscle tightness, joint stiffness, and nerve FboNotice compression. The traction device should deliver up to 50 lbs. of traction force toward the occiput. Traction forces should be directed to the back of the head to prevent compression of the TMJ. Easy-to-read pressure gauge always provides total control of the force with a blow-off valve limiting the amount of force that can be applied with a maximum at 50lbs with a pneumatic system ensures reliable force accuracy and leak-free performance. Provides clinical traction and promotes consistency of treatment. Positioning alternatives allow varying treatment. Easily portable with self-adjusting neck wedges with easy and secure placement. 1 8. Lumbar Traction Unit Portable pneumatic lumbar traction unit. Provides safe and efficient non-surgical spinal decompression to relieve cervical compression and offer back pain relief. The lumbar traction device applies up to 200 pounds of force controlled by a handheld pump. The device ensures reliable force accuracy and leak-free performance with a patented pneumatic pump, no-slip belts, and an easy-to-read force gauge, ensuring user safety and comfort. Designed to stretch the low back, Easy-to-read pressure gauge for complete control of the force, Set-up is simple for effective home treatment without assistance. Lumbar traction device applies up to 200 pounds of force controlled by a handheld pump, gently stretching tight muscles and soft tissues in the spine area. Ensures reliable force accuracy and leak-free performance with a pneumatic pump, no-slip belts, and an easy-to-read force gauge, ensuring user safety and comfort. Traction therapy for mobile clinics, the device helps reduce nerve compression, increase range of motion, improve spinal function, and correct poor posture. With non-slip harnesses and quick-release buckles, the device is easy to set up and remove after each use. No assembly required. Therapeutic uses include sciatica relief, posture correction, herniated disc treatment, and lower back pain relief. 1 9. Theraballs Rubber, inflatable therapy balls to include 45cm, 55cm, 65cm, 75cm, 85cm. Used for rehabilitation and physical therapy, the exercise and stability balls provide comfortable low-impact workouts suitable for all fitness levels, accommodates a wide range of body heights. Ball construction is non-latex PVC polymer construction, pliable, anti-burst, and safe for any exercise lying down, sitting, and/or kneeling. Easy-to-clean with hospital grade antimicrobial cleaning agents and deflates slowly if punctured. 1 10. Theraball Pump Pump makes inflating THERABAND Exercise and Stability Balls easier than manually inflating with mouth and tube. Push pump is made to inflate your stability ball to desired size without the use of great force. Comes with one pump, an air hose, and three inflation tips for holes and plugs of different sizes. This product is compatible with all Standard Exercise and Stability Balls, and each pump contains an instruction guide for inflating balls properly. Inflation pump designed to be used to inflate stability and exercise balls. Necessary tool for achieving and maintaining proper exercise ball inflation or deflation. 1 11. Theraball Rack 64 L X 19 W X 58 H, Stationary Theraball rack with 3 shelves, no wheels needed. Stationary rack has 3 shelves to keep equipment organized and out of the way. 1 12. Nesting Stools Used for body mechanics and posture training when standing, to use at a desk or during seated mat activities. The friction tape on top surfaces prevents slipping. The stools include a nest for storage and have a 300 lb weight capacity. All stools are latex free. 1 13. Extremity Mobilization Set 8 patient stabilizer strap, 8 joint distraction cuff, 8 extremity mobilization strap. 2 wide patient stabilizer and extremity mobilization straps. Straps need to be fabricated of strong, durable woven nylon. For lateral traction, put the Extremity Mobilization Strap around the waist. Joint Distraction Cuff is designed for applying traction to the knee joint. 1 14. Dual Weight to Resistance Ratio Speed Pulley Low inertia pulleys that allow patients to quickly change the speed of their exercise. Each pulley should have a 6:1 weight-to-resistance ratio weights stacks. 200 lb. weight stacks. wall-mounted. Each pulley is constructed with 6:1 weight-to-resistance ratio weights stacks. Equipped with standard 2x pulley handle, split spacer, ball-bearing wheels, and comes completely assembled. Constructed of TIG welded, high-strength steel that is easy to wipe-clean between patients for professional use. The ball-bearing, wide pulley wheels are used for smooth tracking of the rope, and the 3/4 chromium plated, self-adjusting guide rods are used for smooth tracking of the weight stack during use. Wall mounted frame includes a welded counterbalance plate in the rear that holds 25 lbs Uses Olympic weight plates. 1 15. Over the Door Pulley System Simple over-the-door smooth pulley system used in physical therapy clinics to improve range of motion for tendonitis and several impingement issues. Web strap or metal bracket easily fits over most interior doors, closing door holds metal bracket in place. Web cord length of 85 with 2 adjustable plastic handles without having to tie knots. Fits doors 2 wide. 1 16. Finger Pulse Oximeter Used to measure SPO2 (blood oxygen saturation levels) and pulse rate. Provides accurate results within 10 seconds on large easy to read LED display. Self-adjusting finger clamp for different sized fingers. Push button for easy operation. 1 Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at Department of Veterans Affairs, Grand Junction VAMC, 2121 North Avenue, Grand Junction, CO 81501. 52.212-1, Instructions to Offerors--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers.� No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM.� All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract.� Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet or exceed are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Contracting officers will not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. Submission of quote shall include the following volumes: (I) - Technical capability or quality of the item offered to meet the Government requirement; Volume (II) - Completion of Attachment FAR 52.225-2 Buy American Certificate and (III) Price Volume I - Technical capability or quality of the item offered to meet the Government requirement The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets or exceeds the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment, verified by an authorization letter or other documents from the OEM. Volume II - Completion of Attachment FAR 52.225-2 Buy American Certificate The offeror shall complete the Attachment - FAR 52.225-2 Buy American Certificate and submit as part of the quote. Volume III Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items applies to this acquisition ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate quotations: Factor 1. Technical capability or quality of the item offered to meet the Government requirement Factor 2. Price Evaluation Approach. The Government will evaluate quotations using the comparative evaluation process outlined in FAR 13.106-2(b)(3), where quotations will be compared to one another to determine which provides the best benefit to the Government. The Government reserves the right to consider a quotation other than the lowest price that provides additional benefit(s). Quotations may exceed minimum requirements of the solicitation. The Government reserves the right to select a quotation that provides benefit to the Government that exceeds the minimum requirements of the solicitation, but is not required to do so. Each response must meet the minimum requirements of the solicitation. The Government is not requesting or accepting alternate quotations. The evaluation will consider the following: Factor 1. Technical capability or quality of the item offered to meet the Government requirement: The quotation will be evaluated to the extent to which it can meet and/or exceed the Government s requirements as outlined in the solicitation and based on the information requested in the instructions to quoters section of the solicitation. Factor 2. Completion of Attachment - FAR 52.225-2 Buy American Certificate : The Government will evaluate the responses an offeror makes to Attachment - FAR 52.225-2 Buy American Certificate for completeness. If an offeror fails to complete Attachment - FAR 52.225-2 Buy American Certificate their quote will be determined ineligible for award. Offers will be evaluated on a group basis in accordance with FAR Part 25. Factor 3. Price: The Government will evaluate the price by adding the total of all line item prices. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet or exceed the technical capability or quality of the item offered to the Government requirement shall not be selected regardless of price. (End of Addendum to 52.212-2) 52.212-3 Offeror Representations and Certifications Commercial Products and Commercial Services (MAY 2024) (DEVIATION FEB 2025), applies to this acquisition. 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 Items. If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (JUN 2020) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (OCT 2020) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) FAR 52.219-6 Notice of Total Small Business Set-Aside (NOV 2020) FAR 52.219-28 Post Award Small Business Program Representation (NOV 2020) FAR 52.222-3 Convict Labor (JUN 2003) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (JUL 2020) FAR 52.222-35 Equal Opportunity for Veterans (JUN 2020) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUN 2020) FAR 52.222-37 Employment Reports on Veterans (JUN 2020) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) FAR 52.222-50 Combating Trafficking in Persons (OCT 2020) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) FAR 52.225-1 Buy American Supplies (JAN 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) FAR 52.229-12 Tax on Certain Foreign Procurements (JUN 2020) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Oct 2018) Additional contract requirements or terms and conditions: 852.212-70, Provisions and Clauses Applicable to VA Acquisition of Commercial Items (Apr 2020) VAAR 852.203-70 Commercial Advertising (MAY 2018) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2018) VAAR 852.233-70 Protest Content/Alternative Dispute Resolution (SEP 2018) VAAR 852.233-71 Alternate Protest Procedure (SEP 2018) VAAR 852.246-71 Rejected Goods (OCT 2018) 852.252-70, Solicitation Provisions or Clauses Incorporated by Reference (Jan 2008) The following provisions or clauses incorporated by reference in this solicitation must be completed by the offeror or prospective contractor and submitted with the quotation or offer. Copies of these provisions or clauses are available on the Internet at the web sites provided in the provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference, or the clause at FAR 52.252-2, Clauses Incorporated by Reference. Copies may also be obtained from the contracting officer. http://www.acquisition.gov/far/index.html https://www.acquisition.gov/vaar The following FAR provisions are to be incorporated by reference: FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (AUG 2020) FAR 52.211-6 Brand Name or Equal (AUG 1999) FAR 52.229-11 Tax on Certain Foreign Procurements Notice and Representation (JUN 2020) The following VAAR provisions are to be incorporated by reference: None The following FAR clauses are incorporated by reference: FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (JUN 2020) 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 (NOV 2021) The following VAAR clauses are to be incorporated by reference: VAAR 852.212-71 Gray Market and Counterfeit Items (FEB 2023) The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to charles.morton@va.gov and/or Noaa.Lanotte@va.gov no later than 1:00 pm MT, 9/16/2025 Name and email of the individual to contact for information regarding the solicitation: Charles Morton charles.morton@va.gov Noaa Lanotte Noaa.Lanotte@va.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/665d288b37b243aa9a4611fc79d22ec0/view)
- Place of Performance
- Address: Department of Veterans Affairs Salt Lake City VA Medical Center 500 Foothill Blvd., Salt Lake City, UT 84148, USA
- Zip Code: 84148
- Country: USA
- Zip Code: 84148
- Record
- SN07589363-F 20250914/250912230045 (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 |