Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2025 SAM #8444
SOURCES SOUGHT

65 -- REPAIR - Computer-Assisted Rehabilitation Environment -CAREN- Motion Platform System

Notice Date
1/7/2025 12:38:24 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
RPO EAST (36C24E) PITTSBURGH PA 15212 USA
 
ZIP Code
15212
 
Solicitation Number
36C24E25Q0024
 
Response Due
1/14/2025 12:00:00 PM
 
Archive Date
04/23/2025
 
Point of Contact
Ann Marie Stewart, Contracting Officer, Phone: 401-919-0878
 
E-Mail Address
annmarie.stewart@va.gov
(annmarie.stewart@va.gov)
 
Awardee
null
 
Description
Sources Sought: This is NOT a solicitation for a proposal, proposal abstract, or quote. The purpose of this notice is to obtain information regarding qualified business sources. The responses to the information requested will assist the Government in determining the appropriate acquisition method. The Government will not pay any costs for responses submitted in reply to this Sources Sought. This Sources Sought notice provides an opportunity for respondents to submit their notice of ability, and their available products and services in response to the requirement described below. Vendors are being invited to submit information relative to their potential of fulfilling the requirement below, in the form of a capability response that addresses the specific requirement identified in this Sources Sought. The Veterans Health Administration (VHA) is seeking a vendor to provide parts and repair services for an existing device called the computer-assisted rehabilitation environment (CAREN) system in the Veterans Affairs Pittsburgh Healthcare System (VAPHS) Human Engineering Research Laboratories (HERL), located at 6425 Penn Avenue, 4th Floor, Suite 400, Pittsburgh, PA 15206. The CAREN system is a unique computer design that allows Veterans to test prosthetic devices used for balance in a virtual simulation that mimics rougher terrain, such as walking on a trail, a bumpy sidewalk, up and down hills, or across slopes. Its purpose is to help prevent falls and sustain patients lives. The motion base and transformers malfunctioned rendering the entire device inert. Only certain pieces of the whole system will be replaced. The system requires replacement of the following items: 6D0F Motion Base Transformer Wesemann 21804706 3-Phase | 208/400/480V | 400V| 17.5KVA | Cabinet incl. pre-magn. | UL Materials Isolation transformer - 1 phase 4 x 16 A Set Projector Optoma ZH450ST Freight charges Project Management (Research) Service visit day 1 per person Service visit extra day per person The requirement is for the contractor to provide shipment and delivery of required supplies, installation of new pieces, and testing of system by an authorized experienced trained technician to ensure it is fully functional. This procurement shall be inclusive of shipping and handling charges (FBO Destination) and the below requirements. The Contractor will ship the required pieces to repair the existing CAREN system, and they will also send a specially trained technician for installation. The Contractor is fully responsible for planning the shipment and delivery of the components. The Contractor will deliver materials to job in manufacturer's original sealed packaging, packaged to prevent damage or deterioration during shipment, handling, storage and installation. Maintain protective covering in place and in good repair until removal is necessary. Deliver specified items only when the site is ready for installation work to proceed. Store products in dry condition inside enclosed facilities. A pre-delivery meeting will be conducted 60 days prior to initial negotiated delivery date for verification of delivery and installation dates. Provide a fully authorized trained experienced technician to fully install the new components to the existing CAREN system. It is agreed upon and understood that the contractor shall be responsible for a complete installation. Install all equipment to manufacturer s specifications maintaining Federal, and Local safety standards. The contractor shall coordinate all deliveries, staging areas, installations, and parking arrangements. The Contractor shall remove all related shipping debris and cleanup any construction associated with delivery and installation of the specified items. The packing materials will be placed in the facility provided dumpster. The Contractor shall be responsible for any damage to the building that occurs due to Contractor error or neglect. Contractor must provide a two-week window for installation of units. We will be able to choose the installation date from this window. This will allow us to choose the date with the least impact to the research staff. In the event no practical install dates can be found in this window the vendor will extend the window for up to four-weeks. The Contractor technician will test the CAREN system to ensure full functionality. Upon completing installation of the system, the Contractor shall pretest the entire system. After pretesting the system, the Contractor shall notify the SME that the system is ready for acceptance testing, and that it meets all requirements as specified. Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. This must occur the same week of the install. The Contractor shall conduct a joint inspection with the SME upon delivery of equipment. Response: Provide a capability statement with general understanding of the industry, current knowledge, and subcontract networks that would be used to support the requirement as identified herein. Please provide the socio-economic status for your company (ex. SDVOSB, VOSB, SB, or LB). Please provide your SAM.Gov UEI number. Please provide proof of authorization to repair and obtain parts for this system. Submittals furnished will not be returned to the sender. No debriefs will be conducted. Eligibility in participating in a future acquisition does not depend upon a response to this notice. Notes: This Sources Sought is for planning purposes only to gain knowledge of potential qualified sources and their size classification (large business, small business, 8(a), SDVOSB, etc.), relative to NAICS code 334510. Responses to this source sought will be used by the Government to make appropriate acquisition decisions. This notice is not a request for competitive proposals; however, any responsible source who believes it is capable of meeting the requirement and who is the Original Equipment Manufacturer (OEM), authorized dealer, or authorized distributor of all the items and services listed above, may submit a capability statement to the contracting office no later than Tuesday, January 14, 2025, 15:00 PM EST. Interest/capability statements may be sent to Ann Marie Stewart, via email at annmarie.stewart@va.gov. No telephone responses will be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d825e567633244cfb8c521edc23b6ecf/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Pittsburgh Healthcare System Human Engineering Research Laboratories - HERL 6425 Penn Avenue, Suite 400, Pittsburgh 15206-4022, USA
Zip Code: 15206-4022
Country: USA
 
Record
SN07307427-F 20250109/250107230116 (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 |
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.