Responses must be received no later than Friday, May 5, 2023 at 3:00 PM EST.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE 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 RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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 RFI.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 541715. 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, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide the components for a sensorimotor dynamic response measurement system for the VAMHCS.
Background. The VA Maryland Health Care System Research & Development Service is requesting a Sensorimotor Dynamic Response Measurement System. The balance system measures the signal transmission delays between sensory neurons (tactile sensation, proprioception, vestibulation and vision) in the periphery and the centers in the brain that process them; the follow-on transmission delays between the motor control centers of the brain and the musculature; and finally the response dynamics of the associated centers of the brain and the musculature. This information can serve as a quantitative measure of an older individual s balance capability compared with the performance of young healthy individuals with no deficits.
Scope. The Contractor shall provide the components for the above-mentioned sensorimotor dynamic response measurement system.
Specific Tasks. The human performance laboratory of the VA Maryland Health Care System Research & Development Service will house a sensorimotor dynamic response measurement system which will serve as a shared resource for all VA funded investigators.
Task 1 - Enterprise Management Controls.
Subtask 1 - Integration Management Control Planning. Provide the system components specified within this SOW.
The system will require the purchase of these parts:
Magstim Feedforward Transcranial Magnetic Stimulation Motor Control Evaluation System
Rouge Research Feedforward Motor Control Evaluation Subsystem- Transcranial Magnetic Stimulation Navigation Unit
Soterix Medical Vestibular Response Evaluation Stimulation Subsystem
Diagnostic Group Auto-Traverse Chair
Biopac Systems Proprioceptive & Tactile Response Motor Control Evaluation Subsystem- Recording and Data Acquisition
Global Industrial LAN Workstation
Biodex System 4 Pro computerized Robotic Dynamometer
C-Motion Motion Analytical Software
Protokinetics Zeno 3 Gait Mat
National Instruments Data Acquisition Card
CDW HTC 20M External Cable and Vive Eye Pro kit
CDW NGXS825 Experimental Control Computer
Manus Technology Group Prime X Virtual Reality Gloves Marker Mocap with Core PKG
Equipment Solutions VCS 10 Voice Coil Linear Stage Actuator, sca814, sps 15 system
Performance Monitoring. The contractor is responsible for delivering the components of the contract. Accurate data is necessary to conduct the measurement of movement that this system is designed for. The investigators utilizing this system want to be assured that the purchased equipment is in working order and providing accurate data; the COR will inspect and verify that all components of the system are present and functioning upon delivery to the Baltimore VAMC.
Security Requirements.
The system will be disconnected from all networks.
The system does not need to set up of special security requirements.
The C&A requirements do not apply, and that a Security Accreditation Package is not required.
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). No GFE or GFI should be provided to the contractor.
Packaging, Packing and Shipping Instructions. All system components will be delivered to and staged at the vendor s location and shipped from the vendor to the VA laboratory in 1 shipment.
Inspection and Acceptance Criteria. After the system is installed, the operating system and data produced will be analyzed by the study investigators to determine successful operation and functionality of the system. Satisfaction with this evaluation will determine the acceptance criteria. The COR and study coordinators will let the contractor know whether the device is operating within acceptable parameters. This is how the contracting officer should determine the acceptance criteria.
Risk Control. The sensorimotor dynamic response measurement system equipment is noninvasive and poses no risks to users. There are no special safety issues.
Place of Performance. The place of performance is the Core Histology Laboratory of Research & Development Service, Room 218, 209 West Fayette St., Baltimore, MD 21201.
Period of Performance. Delivery date September 30, 2023
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
1.00
EA
__________________
__________________
Magstim Feedforward Transcranial Magnetic Stimulation Motor Control Evaluation System
LOCAL STOCK NUMBER: MAGSTIM INC
0002
1.00
EA
__________________
__________________
Rouge Research Feedforward Motor Control Evaluation Subsystem- Transcranial Magnetic Stimulation Navigation Unit
LOCAL STOCK NUMBER: ROGUE RESEARCH
0003
1.00
EA
__________________
__________________
Soterix Medical Vestibular Response Evaluation Stimulation Subsystem
LOCAL STOCK NUMBER: SOTERIX
0004
1.00
EA
__________________
__________________
Diagnostic Group Auto-Traverse Chair
LOCAL STOCK NUMBER: DIAGNOSTIC GROUP LLC
0005
1.00
EA
__________________
__________________
Biopac Systems Proprioceptive & Tactile Response Motor Control Evaluation Subsystem- Recording and Data Acquisition
LOCAL STOCK NUMBER: BIOPAC SYSTEM INC
0006
1.00
EA
__________________
__________________
Global Industrial LAN Workstation
LOCAL STOCK NUMBER: GLOBAL INDUSTRIAL
0007
1.00
EA
__________________
__________________
Biodex System 4 Pro computerized Robotic Dynamometer
LOCAL STOCK NUMBER: BIODEX
0008
1.00
EA
__________________
__________________
C-Motion Motion Analytical Software
LOCAL STOCK NUMBER: C-MOTION INC
0009
1.00
EA
__________________
__________________
Protokinetics Zeno 3 Gait Mat
LOCAL STOCK NUMBER: PROTOKINETICS LLC
0010
1.00
EA
__________________
__________________
National Instruments Data Acquisition Card
LOCAL STOCK NUMBER: NATIONAL INSTRUMENTS
0011
1.00
EA
__________________
__________________
CDW HTC 20M External Cable and Vive Eye Pro kit
LOCAL STOCK NUMBER: CDW GOVERNMENT INC
0012
1.00
EA
__________________
__________________
CDW NGXS825 Experimental Control Computer
LOCAL STOCK NUMBER: CDW GOVERNMENT INC
0013
1.00
EA
__________________
__________________
Manus Technology Group Prime X Virtual Reality Gloves Marker Mocap with Core PKG
LOCAL STOCK NUMBER: MANUS TECHNOLOGY GROUP
0014
1.00
EA
__________________
__________________
Equipment Solutions VCS 10 Voice Coil Linear Stage Actuator, sca814, sps 15 system
LOCAL STOCK NUMBER: EQUIPMENT SOLUTIONS INC
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 under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, May 5, 2023 at 3:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.