SPECIAL NOTICE
65 -- Intent to Sole Source. Brand Name Only - Virtualis VR Corp. - Virtualis Motion VR and Static Virtual Reality System. This is NOT a request for quotes.
- Notice Date
- 1/5/2024 12:14:35 PM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24424Q0264
- Response Due
- 1/15/2024 1:00:00 PM
- Archive Date
- 03/15/2024
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- Statement of Need Virtualis Motion+ and Static Virtual Reality System/ RMS EER #198828 Background: The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC ) located at 3900 Woodland Avenue in Philadelphia, PA. 19104, provides inpatient and outpatient clinic appointments to Veterans within the Metropolitan tri-state area. We are the department of Physical Medicine and Rehabilitation in a 1B facility in a Metropolitan city. This department is the VISN4 Polytrauma Network and Amputee Network Site. The PM&R Department is focused on the rehabilitation of patients with various health issues and impairments of Spinal, Orthopedic, Neurologic, Pain and Balance etiologies. History of the Requirement: In February 2023, we were granted specific purpose funding, from Polytrauma Central Office, to purchase this new technology, to improve and support our programs. Virtual Reality dynamic and static systems will be used to enhance and progress the current rehabilitation programs provided daily to veterans. Summary of the Requirement: The CMCVAMC has a requirement for the purchase, of new, cutting-edge Virtual Reality equipment for use in the Physical and Occupational Therapy gyms. This equipment will be used daily by Veterans with the aid/supervision of physical and occupational therapists. Detailed description of requirement: The virtual reality environment has been shown to neurologically enhance, expedite progress, and improve outcome measures in physical rehabilitation. The Virtualis Motion VR+ and StaticVR systems use a head mounted display (HMD) with either a dynamic or static surface for computerized assessment and/or rehabilitation. It enables patients to perform functional tasks in an interactive environment with true sensory immersion, thus simulating community activities, in the safety of the clinic. The virtual scenarios offer playful, interesting ways to engage the patient, thus reducing their pain, increasing their participation, and use of their targeted deficit. This medical software allows the operator to make real time changes within rehabilitation protocols to progress clients safely and effectively based on real time objective data and client biofeedback. The dynamic dual- balance force plates allow for 360 deg movements of the standing surface in any direction, as well as up/down and linear translations in a protected, fully surrounded environment. The static force plates are also used for assessment and rehab but are mobile and able to be transported between our clinic/treatment spaces. Brand Name Only or Sole Source Requirements: Virtualis Motion Virtual Reality+ Computerized Dynamic Posturography and Rehabilitation Motion Simulator. The Virtual Reality Equipment needs to have both dynamic and static force plates as part of the assessment and treatment capability. It must be able to assess all categories defined as Computerized Dynamic Posturography (gold standard assessment for balance). Parameters must be customizable for the surface, optokinetic and optical flow simulations via a Head mounted display. It must be able to provide mirror therapy and a driving simulator with steering wheel. It must have the capability to be used in sitting, standing or while walking. Incidental Services: Delivery and installation of the equipment by the company is necessary. They will provide onsite clinical education to our VA providers to ensure maximum utilization and proficiency with the equipment. 1 year maintenance contract will include software updates and online access to online training for clinicians. The department will further review if a service contract will be needed. Installation Requirements: Assembled in place and plug in to existing electric outlets. Contractor will provide a one-day training class for staff, during the week device is delivered. Contractor will provide SOP for the devices and equipment. Software contract will cover one year of purchase. There is no existing equipment that this will be replacing. No modification is needed to the space where the equipment is to be displayed. The company will perform setup during our normal business hours, Mon-Fri between 7am and 5 pm. They will work in conjunction with our warehouse and Biomed team to get the equipment from the loading dock to the Rehab Medicine Clinics. There are no Infection or Safety issues or permits anticipated. Facility Access: Need to deliver the equipment to the CMJC VAMC loading dock. Once equipment has been inspected by BIOMED it will be delivered to PM&R department. The vendor will check-in downstair, personnel will escort him to the department to provide training to the department. PM&R Point of Contact, Kerri Butler, will coordinate with the vendor to set up training. Delivery Instructions: Deliver to the CMCVAMC warehouse Department. 3900 Woodland Ave Philadelphia PA 19104. Upon delivery to notify Biomed department for barcoding. POC is Kerri Butler, ext.20-4059 Deliver material to job in manufacturers original sealed container with brand name marked thereon or maintain coverings in place and in good repair. PO# must be on the outside of the shipping box for easy identification. Delivery Days are Monday through Friday during normal business hours which are defined as 7:30am to 3:00pm. National Holidays are excluded. Any delivery service performed for emergency orders may be delivered other than normal business work hours and must be approved. The Contractor is not required to provide delivery services on the following National Holidays, nor shall the Contractor be paid for these Holidays and any other declared national holiday by the President. HOLIDAY New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day WARRANTY: The Contractor shall provide at least a one-year manufacturer s warranty on all parts. Any recalls to the equipment, the vendor agrees to replace within three business workdays without any additional cost to the government. The Government understands there could be global supply and shipping issues for replacement parts. The warranty shall include shipping costs associated with any warranty repair. PERIOD OF PERFORMANCE - Single procurement. No base or option period of performance. MISCELLANEOUS INFORMATION: Payment Net 30 days. Other special requirements or situations: If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to formally explain (include the original deliverable due date) in writing to the COR (Contracting Officer Representative) and CO (Contracting Officer) the justification for late delivery. The formal document shall include a firm commitment of when the work shall be completed. This notice to the COR and CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with the FAR. CHANGES TO STATEMENT OF WORK Any changes to this SON shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of contractor s staff, sub-contractors, and all other parties other than the CO shall be the responsibility of the contractor. HIPAA Training Certificates For on-site installation work and activation of equipment, the contractor must provide all HIPAA training completion documentation to the COR listed in the awarded contract. Smoking All VA Philadelphia property is smoke-free. Contractor personnel will comply with VA Philadelphia smoking policies. Violations will result in a warning and possible citation. COVID-19: Upon entering CMCVAMC, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by CMCVAMC. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. Instructions The information identified above is intended to be descriptive of the Brand Name Only - Virtualis VR CORP. - Motion VR+ and StaticVR systems, to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112. Please answer the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than, 4 PM Eastern Standard Time (EST) on January 15, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0264 in the subject of the email response. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist, David Santiago. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at david.santiago2@va.gov DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0fa0c293e8cd4151af08116adc945871/view)
- Record
- SN06928054-F 20240107/240105230042 (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 |