Page 2 of 3 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The NCO 12, Great Lakes Acquisition Center, 115 S. 84th Street, Suite 101, Milwaukee, WI 53214, is performing market research to determine if there is a sufficient number of qualified: (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms, or (4) Other Than Small business firms, to provide a Virtual Posturography System to the Captain James A. Lovell Federal Health Care System. General Requirements: The Captain James A. Lovell Federal Health Care Center requires purchase and installation of Virtualis Computerized Dynamic Posturography (CDP) to replace the current CDP is end of life with hardware and software that is no longer supported by the manufacturer. This procurement will involve equipment, installation, and training. Selection Criteria: Limited source, brand name or equal: Virtualis Computerized Dynamic Posturography system, includes equipment, installation, and training for the Captain James A. Lovell Federal Health Care Center Audiology clinic in North Chicago, Illinois. Salient Characteristics: a.Must include Sensory Organization Test (SOT), Motor Control Test (MCT), Adaptation Test (ADT), Limits of Stability (LOS) Head Shake SOT (HS-SOT) assessment modules b.Must have a dynamic forceplate to measure postural stability in 360-degrees c.Must have a dynamic forceplate that allows for up and down perturbations (for ADT) and linear translations (for MCT) d.Must include assessment and rehabilitation modules e.Must have rehabilitation modules that allow for real time changes f.Must include safety harness g.Overall height not to exceed 96 Project Scope: The purchase shall consist of design service , purchase of all components listed below, delivery and onsite set-up, full installation, initial certification of the equipment, and training. Training to include end user training (e.g Audiologists and Physical Therapists) on how to utilize the equipment for patient care and BioMedical Engineering staff on routine maintenance. This includes all travel, training, labor, and parts including onsite delivery, extended installation, set up and configuration from one manufacturer. General Specifications: a. Design services: i. Upon award, installation drawings shall be provided to configuration of the equipment within the general room layout. Structural calculations for the support of harness attachment to ceiling structure shall be submitted. b. System Components: i. Motion VR + 1. Software Pack 2. Hardware Pack ii. 5 year warranty iii. Patient Safety mechanism Patient harness (universal) Ceiling mounted harness installation Patient safety ring c. Installation Services: i. Install ceiling mounted patient harness system as per manufacturer's instruction and under the supervision of manufacturer's qualified representative and as shown on drawings. iii. Final Inspection of installed ceiling mounted patient lift systems shall be conducted by the vendor and FHCC Facilities Management and/or FHCC BioMed facilities prior to patient use. d. Training: i. Training shall be provided for the required personnel to educate them on proper operation and maintenance for the computerized dynamic posturography equipment. Deliverables or Delivery Schedule The contractor shall deliver and install the computerized dynamic posturography system. After contacting COR (or COR designee) at the VA, a specific time will be scheduled for the delivery of the product and the installation of the product. All quantities are listed above that should be delivered. Timing for installation shall be scheduled with the COR and/or COR designee, and Special Medical Expert Dr. Heather Kamath. Delivery and installation timing must be flexible as items are being installed in conjunction with clinical patient care coordination. They shall be delivered to the following address: Captain James A. Lovell Federal Health Care Center (FHCC) ATTN: Equipment Management (EER# 236874) 3001 Green Bay Road Building 138 North Chicago, IL 60064 The Vendor shall confine all operations (including storage of materials) on Government premises to areas authorized and approved by the Contracting Officer. Working space and space available shall be as determined by the COR. Delivery and installation personnel are subject to rules of the Medical Center applicable to their conduct. All personal automobiles and contractor trucks shall be parked at the contractor's staging area or approved parking lots. Execute work so as to interfere as little as possible with normal functioning of the Medical Center as a whole, including operations of utility services, fire protection systems and any existing equipment, with work being done by others including but not limited to patient care. Do not store materials and equipment in other than the designated contractor storage areas. Daily, Vendor shall keep work, storage, and staging areas clean and neat. Vendor shall provide sufficient trash containers so that there is no debris lying around. Debris will be removed daily by the Vendor unless otherwise directed. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 4:30 PM Local Time (CST) excluding federal holidays. All services shall be performed during normal hours unless otherwise scheduled with Dr. Kamath, including the scheduled training. Contractor shall always be professional and shall take all necessary precautions to maintain a safe environment for the occupants. Contractor shall fully minimize noise possible while working in all buildings and wear all required Personal Protective Equipment (PPE). Federal Holidays observed by Lovell FHCC are: New Year s Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day Place of Performance The place of performance will be at Captain James A. Lovell Federal Health Care Center, North Chicago, Illinois. Period of Performance The Contractor warranties that the items will be free from defects from materials and workmanship under normal use for a period of not less than five (5) years for equipment defined herein. Contractor will replace or repair equipment if necessary to the satisfaction of the Government. Contractor shall provide a copy of the written warranty upon acceptance of the equipment. All labor, time, materials, equipment, travel and supplies necessary to keep equipment operational during the warranty period shall be included. Phone response to warranty issues within 8 hours and on-site response with 72-hours is required. All interested firms who can meet the requirements stated above should respond, in writing, INCLUDING ALL THE FOLLOWING: Company name. Address. Point of contact (name/title/telephone number/e-mail address). FSS / SEWP Contract number, if applicable. SAM Unique ID number. Tax ID number. Indication of which business category (SDVOSB, VOSB, Small Business or Other Than Small Business) for which the organization qualifies. A capability statement that addresses the organizations qualifications and ability to provide the requirement depicted above. Documentation from manufacturer (i.e. correspondence from manufacturer) of your firm being an authorized distributor for the manufacturer. Submit responses to the Contracting Officer, Steven MacDonald, at steven.macdonald@va.gov no later than 11:59 AM (Central Standard Time), 26 March 2025. 36C25225Q0310 shall be referenced on all correspondence regarding this announcement. TELEPHONIC INQUIRIES WILL NOT BE ACCEPTED. The NAICS Code 334519, Other Measuring and Controlling Device Manufacturing, is applicable to this acquisition; the size standard is 600 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the Systems for Award Management (SAM) database prior to award of a contract. The Government will use responses to this notice to make an appropriate acquisition decision. This is the only notice; no other copies of this notice will be provided.