VETERANS AFFAIRS, DEPARTMENT OF USA Tender
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Costs
Description
This Request For Information (rfi) Sources Sought Is Issued Solely For Market Research And Planning Purposes Only And Does Not Constitute A Solicitation 1. Responses To This Sources Sought Must Be In Writing. The Purpose Of This Sources Sought Announcement Is For Market Research Only To Make Appropriate Acquisition Decisions And To Gain Knowledge Of Small Businesses, Including Service-disabled Veteran-owned Small Businesses And Veteran-owned Small Businesses (sdvosb/vosb), Who Are Interested In Submitting Proposals For This Procurement And Who Are Capable Of Performing The Work Required For This Procurement. 2. The Naics For This Requirement Is 339112 Surgical And Medical Instrument Manufacturing 3. The Contractor Shall Supply, Install, Configure, And Validate A Product And Provide On-going Technical Support And Maintenance Services For That Installed Software Product For The San Diego Va Medical Center Located In San Diego, California. The Required Services (installation, Configuration, Validation, Support, And Maintenance For Vhit) Shall Be Provided By The Contractor Along With All Resources Necessary To Accomplish The Deliverables Described Below. 4. Interested And Capable Contractors Are Encouraged To Respond To This Notice Not Later Than Tuesday, March 4, 2025 At 04:00 Pm Pst, By Providing The Following Information Via Email Only To Thecontractingofficer@va.gov. (a) Company Name (b) Address (c) Point Of Contact (d) Phone, Fax, And Email Of Primary Point Of Contact (e) Contractor S Unique Entity Id (sam) Number (f) Type Of Small Business, If Applicable, (e.g. Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), 8(a), Hub-zone, Woman Owned Small Business, Small Disadvantaged Business, Or Small Business). (g) Statement Indicating Whether Your Company Is Considered Small Under The Size Standard For The Naics Code Identified Under This Rfi. (h) Statement Indicating The Product Name Of The Product Referenced Above That You Intend To Provide For This Procurement. (i) Statement Indicating Whether You Are The Manufacturer Of The Product That You Intend To Provide For This Procurement. If You Intend To Provide A Product Manufactured By A Company Other Than Your Own, State The Name Of The Company Whose Product You Intend To Provide, The Country Of Origin For The Product You Intend To Provide, And Whether The Company That Manufactures That Product Is A Small Business Under The Size Standard For The Naics Code Identified Under This Rfi. (j) Statement Indicating If You Have A Current Contract To Provide The Product That You Intend To Provide For This Procurement, Along With The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement, Under Either The General Services Administration S Federal Supply Schedule Or With Nac, Nasa Sewp, Or Any Other Federal Contract. If Yes, Provide The Contract Type And Contract Number, As Well As The Identity Of The Federal Agency With Whom You Hold That Contract. (k) Statement Indicating How Many Calendar Days You Estimate It Would Take You To Install, Configure, And Validate The Product That You Intend To Provide For This Procurement In A Medical Center Similar To The San Diego Va Medical Center. (l) General Pricing For Your Products/solutions For Market Research Purposes. (m) A Capability Statement That Provides Detailed Information For One Or More Reference Contracts That Demonstrate Your Experience Providing The Requested Items That Meets The Requirements Described In The Attached Draft Salient Characteristics And Demonstrates Your Experience Providing The Installation, Configuration, Validation, Support, And Maintenance Services Required By This Procurement. General Statements Of Capability Are Not Acceptable. Respondents Must Provide The Following Information For Each Reference Contract The Respondent Identifies As Evidence Of The Respondent S Capability To Perform The Work Required By This Procurement. Respondents Must Provide The Following Information For Each Reference Contract: (1) The Legal Name Of Entity With Whom The Respondent Held The Contract; (2) The Contract Number; (3) A Description Providing Details Of The Specific Tasks The Respondent Performed Under That Contract; (4) The Dates During Which The Respondent Performed The Contract; (5) The Name, Phone Number, And Email Address Of A Person At The Entity With Whom The Respondent Held The Contract Who Can Verify The Information The Respondent Provides Regarding This Reference Contract. if A Respondent Offers To Demonstrate Experience Through The Proposed Use Of Subcontractors, The Respondent Must Identify The Legal Name Of Each Subcontractor And Provide All Of The Information Required Above For One Or More Reference Contracts Performed By Each Subcontractor The Respondent Intends To Use. note: The Information Requested Above Is Required For The Government To Evaluate Whether There Are Sufficient Small Business Concerns Of A Particular Type Who Are Capable Of Performing The Work Required By This Procurement To Determine If This Procurement Should Be Set Aside For A Given Type Of Small Business Concern. Failure To Submit All Of The Information Requested Above May Be Viewed By The Government As Evidence That The Respondent Lacks The Ability To Provide The Vhit And Services Required By This Procurement. This, In Turn, May Affect The Government S Determination About Whether The Requirements For A Set-aside Procurement Have Been Met. 5. All Offerors Who Provide Goods Or Services To The United States Government Must Be Registered In The System For Award Management (sam) Database Found At Https://www.sam.gov. Registration Must Include Representations And Certifications. --end Of Sources Sought Announcement-- 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. In Accordance With 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. schedule Of Supplies (brand Name Or Equal To Orion): salient Characteristics: vhit (video Head Impulse Test System) 1) Essential/significant Physical, Functional, Or Performance Characteristics. computer Hardware Must Have The Following: Rotary Chair With Off-axis Centripetal Acceleration 300 Deg/sec Velocity, On Or Off-axis computer-controlled Step Motor provides Up To ±7 Cm Lateral Movement From Center Axis xy-axis Laser-projected Line handheld Remote Control Allows The patient To Adjust The Laser Line In 0.1 Increments To Their Perceived Vertical customizable Protocol Set Desired Line Offset And Number Of Trials completely Darkened Environment For The Most Accurate Svv Otolith Assessment 2. Interaccoustics Eog Accessory Kit For Vng Retrofit must Have The Following: Comprehensive - Assess Presence Of Spontaneous Nystagmus And Vor Function Of All Six Semicircular Canals With Confidence Easy - Guides Are Provided To Help The Clinician Generate Accurate Head Impulses Reliable Extremely Lightweight, Superior Goggle Design To Reduce Slippage Flexible Can Test The Left Or Right Eye Accurate Measures Instantaneous Gain And Velocity Regression Comprehensive Displays Overt And Covert Saccades, Gain And 3d Graphics Has The Capability To Record And 2 Playback Videos. interacoustics Air Fx Caloric Irrigator must Have The Following: Air Flow Rate: 8 - 12 Liters / Minute Air Temperature Range: Cool 20â° C To 30â° C (change In 1â° C Increments) Stability: +/- 0.5â° C, +/- 0.5 Liters/min Accuracy: +/- 0.5â° C Quiet: 49 Db Sound At 1 Meter Programmable: Start Temperature And Irrigation Duration Time To Temperature: < 3 Minutes Warm 40â° C To 50â° C Otoscope Speculums: 2.75 Mm And 4.25 Mm (single Use) interacoustics Aqua Stim Caloric Irrigator must Have The Following: Water Flow Rate: 250cc/30 Seconds Water Temperature: 30âºc And 44âºc Water Fill And Heat Cycle: Each Irrigation Temperature Stability: ± 1âºc Flow Accuracy: ± 15 Ml/irrigation Accuracy Of Tip: ± 1âºc Irrigation Time: 30 Seconds interacoustics Eyeseecam Vhit - No Pc- No Otoacces must Have The Following: Temperature: 15 - 35 C Relative Humidity: 30 90% Ambient Pressure: 98 Kpa 104 Kpa Storage Temperature: 10 - 35 C Transport Temperature: 10 - 50 C Relative Humidity: 10 95% at+lic.only 1192+visualeyes & C+us must Have The Following: Built In Fixation Light disposable Foam Cushions Provide A Sanitary Solution For The Side Mounted Camera Models Convenient Side Remote Button To Start Video Recordings In The Top Mounted Camera Model* Comfortable Completely Light Tight Fit One Or Two Cameras Upgrade As Needed compatibility Must Be Windows 11 2) Applicable Model/make/catalog Number 1. 8526831, 8503756, 8503836, 8504102, 8525982, 1003285 3) Manufacturer Name Orion 4) Warranty-must Have A Minimum 90 Days Telephone Technical Support, One Year Warranty Against Defects In Materials And Workmanship When Used Normally In Accordance With Published Guidelines.
Contact
Tender Id
36C26225Q0547Tender No
36C26225Q0547Tender Authority
VETERANS AFFAIRS, DEPARTMENT OF USA ViewPurchaser Address
-Website
beta.sam.gov