Skip to main content

An official website of the United States government

You have 2 new alerts

5836--Soothe-VR-2001

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Nov 04, 2022 01:46 pm EDT
  • Original Response Date: Nov 08, 2022 10:00 am EST
  • Inactive Policy: Manual
  • Original Inactive Date: Jan 07, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5836 - VIDEO RECORDING AND REPRODUCING EQUIPMENT
  • NAICS Code:
    • 334310 - Audio and Video Equipment Manufacturing
  • Place of Performance:
    Asheville VA Medical Center 1100 Tunnel Rd Asheville , NC 28805
    USA

Description

NOTE: The VHA NCO 06 is conducting market research to find qualified vendors who can provide the following Soothe VR 2001 Headset to Asheville VA Medical Center 1100 Tunnel Rd Asheville, NC 28805 Item Number Description QUANTITY UNIT 1 Product number: Soothe-VR-2001 Description: VR Headset preloaded with SootheVR software suite for virtual reality therapy 9 EA Salient Characteristics: (A) Functions to be performed; Virtual reality head-mounted displays to be provided with pre-loaded wellness content to include many options for interactive distraction, relaxation/mindfulness environments, and guided activities to shift an individual s focus from negative stressors (pain, anxiety, depression) to a more positive mindset to aid with building resiliency and improving patient experience. (B) Performance required; or Must not require Wi-Fi connection to function as a true standalone device Must not require annual software subscription to content Must align with existing hardware/software currently in use in these areas to allow for continuity of data collection (C) Essential physical characteristics; Dimensions (if applicable) Hardware characteristics must include: Capable of gaze control or hands-free control Vendors with a GSA schedule shall provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. HOW TO RESPOND: All responses shall be submitted no later than November 8, 2022 @ 1000AM EST. All interested parties should respond, in writing via email to Francine.valverde@va.gov. No telephone inquiries will be accepted. Respondents to this RFI shall provide the following information: Company/individual name, Address, Point of contact with phone number Information describing your interest, Indicate FSS/GSA contract number or Open Market, as applicable FSS Category you qualify for Tax ID number UEI Number Capabilities statement Letter of Authorization (LOA) Brand Name or Equal Product Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, due to time constraints, vendors must be registered in System for Award Management (SAM) under the above NAICS code at http://www.sam.gov to be considered for an award Please submit responses via email in Microsoft Office format by 1000 AM (Eastern Standard Time) 11/8/2022. Please include RFI# 36C24623Q0137 in subject title. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation. This announcement is Government market research purposes ONLY.

Contact Information

Contracting Office Address

  • 100 EMANCIPATION DR
  • HAMPTON , VA 23667
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 07, 2023 11:58 pm ESTSources Sought (Original)