SPECIAL NOTICE
65 -- Computerized Dynamic Posturography System, Training and Installation
- Notice Date
- 8/9/2024 7:42:23 AM
- Notice Type
- Special Notice
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
- ZIP Code
- 23667
- Solicitation Number
- 36C24624Q1239
- Response Due
- 8/14/2024 5:00:00 AM
- Archive Date
- 10/13/2024
- Point of Contact
- Patsy Simpson, Contracting Specialist, Phone: 757-315-3940
- E-Mail Address
-
Patsy.Simpson@va.gov
(Patsy.Simpson@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice Sources Sought Notice Page 4 of 4 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 4 This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. The Government will not pay for any information solicited. The Department of Veterans Affairs Medical Center, Network Contracting Office (NCO) 6, on behalf of the Durham VA Medical Center, is conducting market research to determine whether to set-aside an acquisition for SDVOSB and VOSBs to provide a Computerized Dynamic Posturography System, Training and Installation to The Wake County VA Outpatient Clinic, 2700 Benson Road, Garner, NC 27529. The Department of Veteran Affairs Health Care System (VAHCS) seeks a contractor to provide brand name or equal equipment that meets or exceeds the physical, functional, and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the need of audiology clinic. PHYSICAL CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: M8182A and M8182B Computerized Dynamic Posturography Bertec Balance Advantage CDP/IVR Computerized Dynamic Posturography (CDP) isolate the functional contributions of vestibular inputs, visual inputs, somatosensory inputs, central integrating mechanisms, and neuromuscular system outputs for postural and balance control. CDP assessments comprised of 3 tests: Sensory Organization Test (SOT), Motor Control Test (MCT), Adaptation Test (ADT) All data is stored and available for export and analysis. 1000 Hz sampling rate with raw data export 500 lb patient weight capacity with standard and bariatric harnesses Library of immersive virtual reality environments Touch screen display and remote control Expanded assessment and treatment protocols Low 4 step height onto dual-balance force plate Low profile, easy access, open space, no hinge obstruction High-sensitivity dual-balance force plate Clinician touch screen display for user-friendly experience Intuitive, comprehensive clinical software for patient tracking Over 180 degree horizontal field of view, over 90 degree vertical field of view 18 x 20 balance plate level with 12 x 39 clinician standing area Must include CDP workstation for clinician Size approximately: 76 W x 67 D x 102 H Quantity: 1 FUNCTIONAL AND PERFORMANCE CHARACTERISTICS: Equipment must provide the functional and performance capability as listed above in section in above. SOFTWARE: N/A INSTALLATION AND TRAINING: The Contractor shall provide all management, tools, parts, materials (including quality control materials, and consumable items), equipment, travel, and labor necessary to provide and install all equipment described above. Contractor shall provide instructions and training to the end user. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. Government does not accept extended warranty, which requires advance payment. DELIVERY SCHEDULE: All items to be delivered after receipt of purchase order not earlier than 12/2/2024 but not later than 12/30/2024. PLACE OF Delivery: Wake County VA Outpatient Clinic, 2700 Benson Road, Garner, NC 27529, between 8:00AM to 4:00PM. Delivery during the Holiday will not be accepted. Project shall be coordinated with the Durham VAHCS assigned Contracting Officers Representative and the services shall not interfere with normal hospital operations. Hours of Operation: Services shall be performed Monday through Friday starting at 7:30am until 4:00pm, excluding Federal holidays, and any other day specifically declared by the President of the United States. Federal holidays are available at the Federal Holiday OPM Site. For working outside the hours as defined in this contract, the vendor shall give 3-day notice to the Contracting Officer Representative so that arrangements can be provided for the employees. This notice is separate from any notices required for utility shutdown described later in this section. All work to be coordinated around an operational medical center as to minimize impact to patient care. The North American Industry Classification System (NAICS) Code for this acquisition is 339112 Surgical and Medical Instrument manufacturing Size Standard1,000 Employees, and the Product Service Code (PSC) Classification is 6515. Interested parties should submit with their response the following information: 1. Company name and DUN # 2. POC information 3. Business size and socio-economic classification (SDVOSB) 4. Capabilities Statement Interested Vendors must be registered in the System for Award Management (SAM) www.sam.gov Please email this information to Patsy Simpson at Patsy.Simpson@va.gov no later than 8:00 AM, August 14, 2024. Phone inquiries will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/44f0e133560f4ecc82ba942f573005d4/view)
- Record
- SN07163894-F 20240811/240809230115 (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 |