Federal Bid

Last Updated on 17 Oct 2008 at 8 AM
Combined Synopsis/Solicitation
Seattle Washington

65--LOKOMAT ROBOTIC ORTHOSIS

Solicitation ID VA-260-08-RQ-0522
Posted Date 05 Sep 2008 at 6 PM
Archive Date 17 Oct 2008 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 260-Network Contract Office 20 (36c260)
Agency Department Of Veterans Affairs
Location Seattle Washington United states 98108
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and 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 solicitation number is VA-260-08-RQ-00522 and is issued as a request for quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-26. The associated North American Industrial Classification Code (NAICS) for this procurement is 334510 with a small business size standard of 500 employees. This requirement is a Small Business set-aside and only qualified offerors may submit quotes. The solicitation starts on the date this solicitation is posted and will end on September 17, 2008 at 4:00 P.M. Pacific Daylight time. FOB Destination shall be 1660 S. Columbian Way, Seattle, WA 98108. The VA Puget Sound Health Care System, 1660 S. Columbian Way, Seattle, WA 98108-4597, requires the following item. 1 each Lokomat Pro Robotic Gait Orthosis. Substitute items will not be accepted. The VA requires an automated gait orthosis on a treadmill, whereby walking activity can be monitored, there is visualized performance feedback, and gait patterns and guidance force are individually adjustable to the patient's needs. The Lokomot is the only know product that can meet these requirements. In addition to providing pricing in response to this combined synopsis/solicitation, each offeror must provide any required, non-pricing responses (e.g. technical proposal, representations and certifications, etc.) to [email protected] so they are received no later than the closing time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1 Instructions to Offerors - Commercial. The selected Offeror must submit a completed copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items. FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, will apply: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50 and 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 60 days or less after receipt of order. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award can be made to them. Companies may register by going to the CCR website at http://www.ccr.gov.
Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Aug 2008 at 1 PM
San juan Puerto rico 18 Sep 2008 at 9 PM
Texas 18 Sep 2008 at 10 PM
Location Unknown 23 Jul 2008 at 7 PM
Location Unknown 04 Nov 2008 at 5 PM

Similar Opportunities

Seattle Washington 07 Jul 2025 at 10 PM
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Vancouver Washington 07 Jul 2025 at 5 PM