Irwin Army Community Hospital Wheelchair Purchase
ID: W911RX25QA022Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QM MICC-FT RILEYFORT RILEY, KS, 66442-0248, USA

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES (6530)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the purchase of ten specialized rugby offensive wheelchairs for the Soldier Readiness Unit at Fort Riley, Kansas. The procurement aims to enhance sports accessibility and performance for military personnel engaged in wheelchair rugby, with specific technical requirements outlined for the wheelchairs, including frame and seat dimensions, heavy-duty construction, and safety features. This opportunity is part of a Total Small Business Set-Aside initiative, encouraging participation from small and women-owned businesses, with a revised solicitation closing date of April 10, 2025, and a delivery deadline set for July 10, 2025. Interested vendors can reach out to Christopher A. Richie at christopher.a.richie.civ@army.mil or by phone at 520-944-0622 for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) for the procurement of 10 rugby wheelchairs, specifically designed for offensive play in wheelchair rugby. The specifications detail various features of the wheelchairs, including small button 5/8” wheel axles, heavy-duty construction, adjustable straps for comfort, and safety labels. It emphasizes the need for a robust and versatile design suitable for athletes. The contract is overseen by Christopher Richie, Contract Officer, and Joni Wardosky, Contract Specialist, who are available for queries. The document also indicates the requirement for vendor submissions in accordance with federal contracting provisions. Overall, this procurement aims to enhance sports accessibility and performance for athletes in wheelchair rugby.
    The document titled "Exhibit B- Questions and Answers W911RX-25-Q-A022" addresses inquiries related to a federal government Request for Proposal (RFP). Although specific questions (Q1, Q2, Q3) are not detailed in the excerpt provided, the purpose of the document is to clarify aspects of the RFP for potential bidders. The process of responding to such inquiries is essential for ensuring bidders understand the requirements, deadlines, and evaluation criteria outlined in the RFP. This enhances transparency and fair competition among bidders and facilitates compliant submissions aligned with federal grant expectations. The structure revolves around a question-and-answer format, which helps streamline communication between the government and participants in the bidding process. The document ultimately aims to provide guidance and support as stakeholders navigate the complexities of the proposal submission process, ensuring clarity and adherence to program objectives.
    The document outlines the responses to various questions regarding a Request for Proposals (RFP) for rugby wheelchairs for the Fort Riley medical facility. Key points include that there is no specific brand requirement as long as products meet technical specifications, and a standard manufacturer’s warranty is expected. The procurement emphasizes a "Lowest Price Technically Acceptable" selection process, urging offerors to provide their best prices. Delivery coordination is standard with no additional requirements, with an amended delivery date set for June 13, 2025, instead of the previously noted April date. Assembly upon delivery is required, potentially scheduled post-delivery if needed. Overall, the document serves to clarify expectations and requirements for potential bidders, ensuring compliance with set specifications while encouraging competitive pricing.
    The document outlines a government solicitation for the procurement of ten specialized rugby offensive wheelchairs intended for the Soldier Readiness Unit (SRU) at Fort Riley, Kansas. It specifies technical requirements for the wheelchairs, including frame dimensions, seat dimensions, and additional equipment for support during therapy. The procurement process is integrated into the formal Request for Proposal (RFP) structure, identifying critical elements such as the bid submission deadline, contract administration, payment terms, and delivery stipulations. The solicitation mandates compliance with various federal acquisition regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. It highlights the evaluation criteria for bids, emphasizing technical capability, pricing, and past performance of contractors. The document also includes detailed delivery instructions and inspection standards for compliance upon delivery. It ensures that all contractors maintain adherence to safety, environmental, and operational standards while reinforcing the government's commitment to engaging small and women-owned business enterprises. This solicitation serves as a framework for facilitating equitable procurement while fulfilling the specific medical and athletic needs of military personnel, showcasing the government's support for small business participation in federal contracts.
    This document outlines an amendment to a solicitation related to a government contract, specifically Amendment 0001 to Solicitation Number W911RX25QA022. The amendment includes an extension of the offer submission deadline from March 11, 2025, to March 13, 2025, and establishes a question-and-answer period for vendors, with queries due by March 10, 2025. It details new delivery information for a particular line item, indicating that deliveries should occur by June 13, 2025, at the designated shipping address in Fort Riley, Kansas. Furthermore, it specifies any necessary modifications to contract documents and clarifies that all terms not affected by this amendment remain in full effect. The document emphasizes the importance of acknowledging receipt of the amendment by the deadline to avoid potential rejection of offers, ensuring compliance with the solicitation process. Overall, this amendment reflects typical procedures followed in federal contracting to facilitate clear communication and streamline the bidding process for contractors.
    The document serves as an official amendment to a federal solicitation, extending the deadline for offer submissions and incorporating changes to specific terms and conditions. It details various methods for offer acknowledgment following the amendment, emphasizing the need for responses prior to the newly specified deadline to avoid rejection of offers. The amendment modifies several key aspects, including the response due date, which is postponed from March 13, 2025, to April 10, 2025, and updates delivery timelines for certain items, pushing the delivery date from June 13, 2025, to July 10, 2025. Additionally, it includes new attachments, notably "Exhibit B - Questions and Answers" and "Rugby Wheelchairs Specifications Sheet," which offer clarified technical specifications relevant to the solicitation. Changes to previous submissions and industry question deadlines are also noted, highlighting the structured nature of the amendment process in government contracting. Overall, this documentation effectively communicates vital updates and procedural requirements pertaining to the solicitation, crucial for compliance among contractors and offerors in the federal procurement process.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Wheel Assembly
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA) Land Warren, is seeking proposals for the procurement of wheel assemblies under a presolicitation notice. This opportunity is set aside for small businesses, specifically under the Total Small Business Set-Aside (FAR 19.5), and falls within the NAICS code 336350, which pertains to Motor Vehicle Transmission and Power Train Parts Manufacturing. The wheel assemblies are critical components used in various military vehicles, ensuring operational readiness and safety. Interested vendors should reach out to Angela Saunders at angela.saunders@dla.mil or call 586-230-1017 for further details regarding the procurement process.
    Prime Big wheel stretcher 30"
    Buyer not available
    The Department of Veterans Affairs is soliciting bids for the procurement of Prime Big Wheel Stretchers, specifically a 30-inch model, under Requisition No. 36C26125Q0324. This opportunity is exclusively available to small businesses, with a focus on service-disabled veteran-owned enterprises, and requires vendors to submit offers that include pricing and delivery schedules for shipments to the VA Central California Health Care System in Fresno, California. The stretchers must be new, sourced from original equipment manufacturers, and comply with Federal Acquisition Regulation standards, ensuring the quality and integrity of the products. Interested vendors should direct inquiries to Contracting Specialist Stacey Norris at stacey.norris1@va.gov and submit their proposals by March 13, 2025, at 12 PM PDT.
    JCB CAB
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking proposals for the acquisition of a replacement cab with glass for a JCB front end loader, as outlined in the Combined Synopsis/Solicitation notice. This procurement is part of a total small business set-aside initiative, emphasizing support for Women-Owned Small Businesses (WOSB) and aims to enhance the operational capabilities of military equipment. The contract, identified by requisition number W50S9H25QA010, is expected to be awarded by February 25, 2025, with delivery anticipated by July 1, 2025. Interested vendors should direct inquiries to Riley Smith at riley.smith.10@us.af.mil or Seth I. Swieter at seth.swieter@us.af.mil for further details.
    Six Seater Golf Cart
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the procurement of a six-passenger golf cart, specifically the 2024 Evolution D5 Ranger 6 Plus Lithium model, to be delivered to Robins Air Force Base in Georgia. The procurement requires the cart to be powered by a lithium battery and includes a service agreement along with a mandatory manufacturer's warranty of five years, with an additional eight-year warranty for the battery. This acquisition is crucial for supporting military operations and emphasizes the government's commitment to sustainable procurement practices, ensuring compliance with environmental standards. Interested vendors, particularly small businesses, can direct inquiries to Henry Harris at henry.harris.4@us.af.mil, with proposals due by the specified deadline outlined in the solicitation documents.
    6530--Surgical Stretcher Chair (Brand Name or Equal)
    Buyer not available
    The Department of Veterans Affairs is seeking proposals for the procurement of surgical stretcher chairs, specifically the Winco Transmotion TMM5 Plus-B model or equal, through a Request for Proposal (RFP). The procurement aims to meet specific technical and functional requirements, including a weight capacity of 500 lbs, power tilt control, and essential safety features, while encouraging participation from small businesses, particularly those owned by veterans and service-disabled individuals. These stretcher chairs are vital for enhancing patient mobility and care within healthcare facilities. Interested vendors must submit their offers by March 14, 2025, and can direct inquiries to Contract Specialist Waymon L McNeal Jr at Waymon.McNealJr@va.gov.
    Army Contracting Command – Red River Army Depot (ACC-RRAD) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
    Buyer not available
    The Army Contracting Command – Red River Army Depot (ACC-RRAD) is seeking proposals for the design, manufacture, and installation of a Road Wheel Drum Tester as part of its Organic Industrial Base (OIB) Modernization initiative under the Commercial Solutions Opening (CSO) W911RQ-24-S-C0001. This procurement aims to enhance the quality testing process for military vehicle road wheels, ensuring compliance with military specifications while improving safety and reducing operational costs. The desired tester must meet specific technical requirements, including a drum diameter of 67.23 inches, adjustable pressure settings, and the capability to test two road wheels simultaneously, integrated with advanced software for data processing. Interested parties must submit a solution brief by 5:00 P.M. CDT on 10 August 2024, and are advised to register with the System for Award Management. For further inquiries, contact the CSO Inbox at usarmy.rrad.acc.mbx.cso@army.mil.
    Army Combat Fitness Test (ACFT) Equipment
    Buyer not available
    Presolicitation DEPT OF DEFENSE Army Combat Fitness Test (ACFT) Equipment: The Department of the Army is seeking to procure ACFT equipment for the Army Combat Fitness Test (ACFT). The ACFT is a new physical fitness test for the Army that measures various aspects of fitness including muscular strength, endurance, power, flexibility, coordination, speed, agility, cardiovascular endurance, balance, and reaction time. The equipment includes items such as hexagon bars, bumper plates, barbell collars, nylon sleds, rubber medicine balls, kettlebells, and measuring tapes. The estimated quantity of equipment needed is between 26,000 and 30,000 sets. The equipment must be delivered to Army units by October 1, 2019. The procurement will be set aside for small businesses, and the government anticipates awarding a firm fixed price contract. The Request for Proposal (RFP) is expected to be released in December 2018.
    6X6 UTV Sources Sought
    Buyer not available
    The Department of Defense, specifically the Kansas Air National Guard, is conducting market research to identify qualified small businesses capable of supplying a 6X6 Utility Task Vehicle (UTV) under a total small business set-aside. The UTV must meet specific requirements, including a minimum payload capacity of 1,700 lbs, a bed capacity of 1,000 lbs, selectable six-wheel drive, electronic fuel injection, a liquid-cooled engine, high/low transmission with reverse, a minimum speed of 45 mph, and power steering. This procurement is crucial for ensuring operational efficiency and safety in demanding conditions. Interested vendors must respond by March 25, 2025, at 3:00 PM CST, and can direct inquiries to Darin Brun at darin.brun@us.af.mil or Brent E. Geschwentner at brent.geschwentner@us.af.mil.
    25--HANDRAIL
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of handrails, as outlined in a Combined Synopsis/Solicitation notice. This opportunity is set aside for small businesses under the Small Business Administration (SBA) guidelines, specifically targeting the Military Armored Vehicle, Tank, and Tank Component Manufacturing industry. The handrails are critical components for vehicular equipment, ensuring safety and functionality in military applications. Interested vendors should direct any inquiries to the buyer listed in the solicitation document, and further details can be accessed via the DLA's website. The solicitation emphasizes a total small business set-aside, encouraging participation from eligible firms.
    Columbia Wheelchair Five (5) year IDIQ RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide wheelchair transportation services under a five-year Indefinite Delivery Indefinite Quantity (IDIQ) contract specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The procurement aims to ensure reliable and compliant transportation for veteran patients to and from various healthcare locations, with an expected average of 60-85 trips per day utilizing a minimum of 15 dedicated vehicles equipped with necessary medical supplies and lifts. This initiative is crucial for enhancing access to healthcare services for veterans while fostering participation from small businesses owned by service-disabled veterans. Interested parties must submit their quotations by March 5, 2025, and can direct inquiries to Thomas Nicholls at thomas.nicholls@va.gov.