SOURCES SOUGHT
65 -- Stimulators
- Notice Date
- 5/12/2022 11:11:58 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0582
- Response Due
- 5/19/2022 9:00:00 AM
- Archive Date
- 05/29/2022
- Point of Contact
- Ryan Singletary, Contracting Officer, Phone: 202-745-8000
- E-Mail Address
-
ryan.singletary@va.gov
(ryan.singletary@va.gov)
- Awardee
- null
- Description
- Responses must be received no later than Thursday, May 19, 2022 at 12:00 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 339112. 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 a Stimulators in support of the VA Maryland Health Care System. The VA needs wireless electrical stimulation innovative solutions designed to help those living with Foot Drop or Hand Paralysis due to conditions such as Stroke, Multiple Sclerosis, Cerebral Palsy, Traumatic Brain Injury, or Incomplete Spinal Cord Injury. This product will be used at LR campus for illness and injury recovery allowing Veterans to return to their baseline level of functioning reassuming quality of life. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ H2W-4000,H200 Wireless Clinician's Kit (small/medium) LOCAL STOCK NUMBER: H2W-4000 0002 1.00 EA __________________ __________________ H2W-4100, H200 Wireless Clinician's Kit (large) LOCAL STOCK NUMBER: H2W-4100 0003 1.00 EA __________________ __________________ H2W-4800, H200 Wireless Clinician Programmer LOCAL STOCK NUMBER: H2W-4800 0004 1.00 EA __________________ __________________ H2W-5200, H200 Wireless System Kit, Left (medium) LOCAL STOCK NUMBER: H2W-5200 0005 1.00 EA __________________ __________________ H2W-5300, H200 Wireless System Kit, Right (medium) LOCAL STOCK NUMBER: H2W-5300 0006 1.00 EA __________________ __________________ H2W-5400, H200 Wireless System Kit, Left (large) LOCAL STOCK NUMBER: H2W-5400 0007 1.00 EA __________________ __________________ H2W-5500, H200 Wireless System Kit, Right (large) LOCAL STOCK NUMBER: H2W-5500 0008 1.00 EA __________________ __________________ TSC-1000, Training Course & Support LOCAL STOCK NUMBER: TSC-1000 0009 1.00 YR __________________ __________________ FACCONTRACT-H200W Facility H200 Wireless Blanket Contract 2-yr ESC for 4 devices/2 programmers LOCAL STOCK NUMBER: FACCONTRACT-H200W Manufacturer: Bioness 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. 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 Thursday, May 19, 2022 at 12:00 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c13a940c25754bf0b990e0fad2a3c421/view)
- Place of Performance
- Address: VA - Baltimore Rehabilitation & Extended Care Center 3900 Loch Raven Blvd, Baltimore, MD 21218, USA
- Zip Code: 21218
- Country: USA
- Zip Code: 21218
- Record
- SN06326193-F 20220514/220512230110 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |