6515-Bio and Neurofeedback Device Starter Pack
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Updated)
- Updated Published Date: Oct 17, 2024 03:19 pm EDT
- Original Published Date:
- Requirements Strategy:
- Inactive Policy: 15 days after response date
- Updated Inactive Date: Nov 08, 2024
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside: Veteran-Owned Small Business Set-Aside (specific to Department of Veterans Affairs)
- Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
- NAICS Code:
- 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
- Place of Performance: Fredericksburg , VA 22408USA
Description
THIS IS SOURCES SOUGHT/RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER
This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) and SBA size standard (1,250 Employees). Responses to this Sources Sought will be used by the Government to make appropriate acquisition decisions.
After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), NCO 6, Hampton VA, is seeking sources who can possibly provide (2) 4-channel Biofeedback/Neurofeedback devices starter packs that at a minimum meet the brand name and/or can possibly provide an equal product for Richmond VA Medical Center in Support of Fredericksburg Healthcare Center.
Requested Item: Nexus -10 MK11 Bio/Neurofeedback, 4 channel Multimodal device starter Pack; includes 2 channel EMG /EEG/EKG/ EOG sensors, Ground Reference Cable, fast fix EEG caps (L/M/S), 4-Ch EEG Sensor (Ear Linked), Blood Volume Pulse (BVP) Finger Sensor, Respiration (RSP) Sensor, Skin conductance (GSR) Sensor, Temperature Sensor, GSR/SC Velcro electrodes, EMG/ECG/EOG ARBO Electrodes, EEG Discs (Small), Ear Clips (L/S), EEG Blue Discs, Cohesive Med tape, Syringe/Blunt needle kit, Pre-gelled snap connectors, Conductive paste,
New Manufacture: New only, no grey market parts will be accepted.
Equal to product Information: An item submitted for substitution shall meet or exceed the salient characteristics, traits, and function listed in below.
- System used to measure a wide range physiological signals simultaneously including brain activity, muscle activity, peripheral signals (heart rate, blood flow, skin conductance, respiration, temperature, etc.)
- Must have shielded sensors for the best signal quality and to reduce the noise interference.
- Multimodal data acquisition device that allows for biofeedback, neurofeedback (2 channels and 4 channels), and SCP.
- Must have a software system to provide testing results and to be used by provider for analysis.
- Device should have:
- 4x bipolar ExG
- 4 Aux
- 1x Trigger
- 1X Digital
- Display: OLED for system status
- Resolution: 24 bit
- Power: 8000 mAH LiPo Battery Pack
- Operating Time: 24+ Hours
- Sample Rates: Up to 8.2 Hz
The information identified above is intended to be descriptive, not restrictive and 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. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) 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.)?
(2) Is your company considered small under the NAICS code identified in this RFI?
(3) Are you the manufacturer, authorized distributor, and/or can provide equivalent solution to the items being referenced above? If applicable, please provide the manufacturer name and business size.
(4) Is the end product manufactured in the United States; and is the cost of the components made in the U.S. at least 60% of the total cost of components required to manufacture the end product? If the item is not manufactured in the U.S., please provide the country of origin.
(5) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) If you are 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?
(6) 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.
(7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number.
(8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract.
(9) 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 statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling and convincing evidence that all equal to items" meet all the salient characteristics.
(11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your SAM.gov Unique Entity ID/Cage Code number.
Responses to this notice shall be submitted via email to robert.morgan@va.gov. Telephone responses will not be accepted. Responses must be received no later than October 24th, 2024 by 4:00pm EST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Contact Information
Contracting Office Address
- 100 EMANCIPATION DR
- HAMPTON , VA 23667
- USA
Primary Point of Contact
- Robert Morgan
- robert.morgan@va.gov
- Phone Number 757722996118865
Secondary Point of Contact
History
- Nov 09, 2024 12:04 am ESTSources Sought (Updated)
- Oct 17, 2024 03:19 pm EDTSources Sought (Updated)
- Oct 17, 2024 03:18 pm EDTSources Sought (Original)