Department of Veterans Affairs/VISN 5/RPO-E/NCO5
Sources Sought Notice
Audio and Visual Wellness Relaxation Stations
Veterans Affairs Network Contracting Office (NCO) 5 is seeking sources for Audio and Visual Wellness Relaxation Stations for the Washington DC VA Medical Center. The requirement will support staff at the Washington DC VA Medical Center by addressing employee health and well-being through an immersive sonic and visual experience that can be utilized during all hospital shifts.
The NAICS code for this contract action is 334310 - Audio and Video Equipment Manufacturing (SBA Size Standard: 750 employees). The Product Service Code for this action is 9999 - Miscellaneous Items. Responses from vendors classified in similar NAICS codes and/or PSCs are encouraged and will be accepted.
The salient characteristics for the equipment being sought are listed below -
Designed as an enclosed immersive personal audio - visual experience for employee health and wellness
Offer both enclosed unit and smaller portable unit
Enclosed unit ceiling height must be customizable to meet hospital Joint Commission requirements for ceiling clearance (Ceiling Height 96 in )
Ability to collect station pre-use and post-use employee measures to track impact on employee wellness
Enclosed unit must include infection control measures including double hepa filtration and automatic UV light sanitizing of surfaces
Units must function on independent server, not dependent on VA server
Units must not require recurring fees for operation
Units must provide variable length of audio - visual experiences
Portable units must include touch screen monitor, allow for secure mounting on rolling cart, include high quality noise cancellation headset with headset covers for infection control
Respondents to the Sources Sought Notice are to provide a capabilities statement which addresses at minimum:
Contractor name
Contractor address
Contractor point of contact, phone, and email address
Contractor Business Size (i.e., other than small business or small business)
Contractor Unique Entity Identifier (UEI) number
Capabilities statement
Estimated delivery timeframe
Small Business Classification (if applicable)
Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) SBA Veteran Small Business Certification (VetCert) (if applicable)
FSS/GSA Contract number (if applicable)
Please limit responses to a maximum of ten pages.
Respondents are advised that minor grammatical errors may be present in the Sources Sought notice. Please only bring such issues to the attention of the government if you cannot discern the meaning of a specific sentence or section of the document.
Not responding to this request does not preclude participation in future order requests.
Interested parties may express their interest by providing a complete response no later than Monday, July 17, 2023, at 12 pm ET. The response must provide clear and unambiguous evidence to substantiate the capability of the party to satisfy the requirement. A determination not to compete this proposed contract upon responses to this notice is solely within the discretion of the Government. Verbal responses are not acceptable and will not be considered. When responding to this announcement, respondents should refer to Announcement 36C24523Q0896 Sources Sought Notice. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Interested parties are encouraged to furnish information. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirement(s) listed above to Contract Specialist, Johao Stewart by email at johao.stewart@va.gov. If the requirement is to be solicited, authorized distributors will be required to provide a letter of supply/direct letter from the original equipment manufacturer(s) to verify interested parties are an authorized distributor of the product(s) they seek to provide. Please note, during this time the government is unable to provide direct responses to any questions received. However, due consideration will be given to all feedback and any feedback received may be used to revise the requirements.
Information from this Sources Sought Notice may lead to one-on-one market research discussions and other recommended approaches to industry engagement. The results of this notice will help identify a procurement strategy, including a set-aside, if appropriate. We plan to publish a solicitation on/around the end of July 2023.
No other information is available at this time.
DISCLAIMER:
This Request for Information/Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Request for Information/Sources Sought 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 Request for Information/Sources Sought.
Best,
Johao Stewart, Contact Specialist