Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
DOCUMENT

65 -- This notice serves as an intent to Sole-Source, as well as soliciting offers from vendors that may be able to meet the requirements and submit a proposal. - Attachment

Notice Date
8/21/2018
 
Notice Type
Attachment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 10;260 E. University Avenue;Cincinnati OH 45219
 
ZIP Code
45219
 
Solicitation Number
36C25018Q9680
 
Response Due
8/22/2018
 
Archive Date
9/21/2018
 
Point of Contact
Jenifer McCune
 
E-Mail Address
r.mccune@va.gov<br
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs, Network Contracting Office (NCO) 10, 260 E University Ave. Cincinnati, OH 45219, intends to award a sole source purchase order contract to Bertec Corporation, 6171 Huntley Road Suite J, Columbus, OH 43229, to provide the Cincinnati VA Medical Center Bertec Balance Advantage ® Dynamic CDP System to replace and standardize equipment within the VA. This procurement is being conducted in accordance with FAR 13.106-1(b)(1)(i) sole source procurement made under the authority of Other Than Full and Open Competition IAW FAR 6.302-1 and 41 USC 3304(a)(1) only one responsible source and no other supplies or services will satisfy agency requirements. NAICS Code 339112, Surgical and Medical Instrument Manufacturing, applies to this procurement and the size standard is 1000 employees. Bertec Corporation is classified as small business concern. This procurement consists of procuring the Bertec Balance Advantage ® Dynamic CDP System: CDP is the only method validated by controlled research studies to isolate the functional contributions of vestibular inputs, visual inputs, somatosensory inputs, central integrating mechanisms, and neuromuscular system outputs for postural and balance control. CDP assessment is comprised of three tests: Sensory Organization Test (SOT) -a six-condition test to isolate and evaluate individual sensory inputs to balance-visual, somatosensory and vestibular Motor Control Test (MCT) - test of automatic motor response to an abrupt translation (forward and backward) of the support surface Adaptation Test (ADT) - test of the patient s ability to develop compensatory balance strategies in response to repeated surface perturbations Unique features available only on the patented Bertec Balance Advantage ® Computerized Dynamic Posturography (CDP/VR) System include: Utilization of unique, patented immersive virtual reality environment to disrupt vision during test conditions that measure the ability to suppress inaccurate visual cues Robust, patented force transducer design with independent bilateral measurement of left and right center of pressure (COP). All data is stored and available for export and analysis. 1000 Hz sampling rate with raw data export. library of immersive virtual reality environments. 500 lb. patient weight capacity. 4in step up to open/flat platform. Real time, on screen selectable aspects of the training settings Self-calibrating, no load cells to change ever. Unique, patented merge/synch capabilities to utilize multiple Bertec systems within an organization and maintain a complete, current, and interactive patient record on every Bertec system Unique features available only on the Bertec Vision Advantage System include: Wireless, lightweight head-worn sensor. Wireless technology allows for unrestricted patient movements and more flexibility for clinicians using the system. Automatic sensor calibration. Self-calibration of head movement is built in, making the system easy to use for accurate measurements. Multiple degrees of freedom. Monitoring patient compliance with test performance is easier because head movement is completely measured. Software support of both independent and clinician supported head movement This notice satisfies the requirement at FAR 5.201(b)(1), to publicize the proposed contract action. This notice of intent is not a request for competitive proposals or quotes. No solicitation documents are available; however, any firm that believes it that they can meet the requirements may give written notification to the Contracting Officer within 24 hours from the date of publication of this notice. Supporting evidence must be furnished in sufficient detail to demonstrate compliance. Information must be sent electronically to Jenifer.mccune@va.gov. Any responses received will be evaluated; however, a determination by the Government as to whether to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. Responses must be received within 24 hours of publication or by August 22, 2018, whichever is sooner to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/CiVAMC/VAMCCO80220/36C25018Q9680/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25018Q9680 36C25018Q9680.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552418&FileName=36C25018Q9680-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4552418&FileName=36C25018Q9680-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05049100-W 20180823/180821231726-f3e882bfa40b55e38b190df2d5575f36 (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.