Sources Sought Template THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following in support of the VA Puget Sound Health Care System (VAPSHCS): VAPSHCS has a need for a BRAND NAME OR EQUAL XSENSOR FOOT and GAIT SYSTEM and shall include software updates and technical support. XSENSOR Foot and Gait System Salient Characteristics Contract Title XSENSOR Foot and Gait System Background A primary research priority at the RR&D Center for Limb Loss and Mobility (CLiMB) is to study walking function and treatment efficacy in patients with mobility impairments and healthy individuals to improve the health of Veterans. CLiMB has several ongoing Veteran-focused research projects related to foot health, including understanding the loads that are applied to the foot during activities of daily living, both in healthy and disease conditions. We also use this type of data to improve the prescription of orthotic devices for a wide range of musculoskeletal conditions. Capturing the pressure distribution of these loads in different footwear is an essential part of this process, however we are currently limited in the resolution of these measurements, we are only able to capture data below the foot, and are unable to collect data outside of the laboratory environment. The proposed purchase of a new foot and ankle pressure measurement system will advance our capabilities by allowing us to capture the dynamic changes in pressure distributions both below and on the other surfaces of the foot during functional activities, both in the lab and the real world, ultimately helping us to improve our understanding of foot biomechanics and develop the next generation of personalized interventions to improve health and quality of life outcomes for Veterans. Understanding these changes will help us to more effectively design orthotic interventions. This requisition will make CLiMB one of only a small number of centers in the world with access to this equipment. Salient Characteristics The equipment to be provided to the VA must meet the following requirements: Foot and Gait pressure system: The pressure measurement system must satisfy the following requirements: Have a range of sensor array sizes that can cover the plantar (bottom) and dorsal (top surface of the foot. Sizes covered should include men s size 4-13 foot (a reasonable range for the Veteran population). Capture pressure data from these sensor arrays at >100Hz during activities such as walking and running images using both static and dynamic recording methods The overall resolution of the pressure arrays must be < 10mm^2 The system should be wireless and data transmitted to a standard laptop via a Bluetooth connection The system should allow for >6 hours of recording on a single charge Each sensor array should include an inertial measurement unit that allows the collection of gyroscopic and accelerometer data The system should be able to give or receive a trigger signal to synchronize data acquisitions with other equipment. This requirement may also be met through software if easier. Scan Collection and Analysis Software: In order to extract clinically-meaningful information that can be used to inform research decisions, the software for the system must meet the following requirements: Allow the capture of data from 3 sensor arrays simultaneously Captured raw data must be exportable in a human readable format Have tools to obtain measurements such as angles, lengths, circumferences and distances, areas, and peak pressures, center of pressure, and more Other Pertinent Information or Special Considerations This equipment will be used for VA research studies approved though the VAPS Research and Development Committee. This equipment will be used in the Center for Limb Loss and MoBility, on the Seattle campus of the VA Puget Sound Healthcare System, and for related field research performed by the Center. Delivery Information Delivery Address: VAPSHCS, Attn: Corey Wukelic Center for Limb Loss and Mobility Building 100, Room GW11 1660 S. Columbian Way, MS 151 Seattle, WA 98108 Delivery Contacts: Elise Campbell elise.campbell@va.gov 206-277-6792 Privacy Officer Language for Statement of Work (SOW) r Information made available to the contractor or subcontractor by VA for the performance or administration of this contract or information developed by the contractor/subcontractor in performance or administration of the contract shall be used only for those purposes and shall not be used in any other way without the prior written agreement of the VA. This clause expressly limits the contractor/subcontractor's rights to use data as described in Rights in Data- General, FAR 52.227-14(d) (1). r VA information should not be co-mingled, if possible, with any other data on the contractors/subcontractor s information systems or media storage systems in order to ensure VA requirements related to data protection and media sanitization can be met. If co-mingling must be allowed to meet the requirements of the business need, the contractor must ensure that VA s information is returned to the VA or destroyed in accordance with VA s sanitization requirements. VA reserves the right to conduct on-site inspections of contractor and subcontractor IT resources to ensure data security controls, separation of data and job duties, and destruction/media sanitization procedures are in compliance with VA directive requirements. r Prior to termination or completion of this contract, contractor/subcontractor must not destroy information received from VA, or gathered/created by the contractor in the course of performing this contract without prior written approval by the VA. Any data destruction done on behalf of VA by a contractor/subcontractor must be done in accordance with National Archives and Records Administration (NARA) requirements as outlined in VA Directive 6300, Records and Information Management and its Handbook 6300.1 Records Management Procedures, applicable VA Records Control Schedules, and VA Handbook 6500.1, Electronic Media Sanitization. Self-certification by the contractor that the data destruction requirements above have been met must be sent to the VA Contracting Officer within 30 days of termination of the contract. r The contractor/subcontractor must receive, gather, store, back up, maintain, use, disclose and dispose of VA information only in compliance with the terms of the contract and applicable Federal and VA information confidentiality and security laws, regulations and policies. If Federal or VA information confidentiality and security laws, regulations and policies become applicable to the VA information or information systems after execution of the contract, or if NIST issues or updates applicable FIPS or Special Publications (SP) after execution of this contract, the parties agree to negotiate in good faith to implement the information confidentiality and security laws, regulations and policies in this contract. r The contractor/subcontractor shall not make copies of VA information except as authorized and necessary to perform the terms of the agreement or to preserve electronic information stored on contractor/subcontractor electronic storage media for restoration in case any electronic equipment or data used by the contractor/subcontractor needs to be restored to an operating state. If copies are made for restoration purposes, after the restoration is complete, the copies must be appropriately destroyed. Records Management Language for Contracts Required The following standard items relate to records generated in executing the contract and should be included in a typical Electronic Information Systems (EIS) procurement contract: Citations to pertinent laws, codes and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. STATEMENT OF WORK 1.0 DESCRIPTION OF SERVICES The service consists of product support for the Foot and Gait System and its software. 2.0 SCOPE OF WORK A. DELIVERABLE SUPPORT FOR FOOT AND GAIT SYSTEM Provide a full warranty for 364 days after installation and will provide software updates and technical support at no cost above that specified elsewhere in this Statement of Work. 3.0 PERIOD OF PERFORMANCE The period of performance is established as follows: One year from the date of purchase. 4.0 SUPPORT, MAINTENANCE AND UPDATES Provide a full warranty for 364 days after installation, at no cost above that specified elsewhere in this Statement of Work. Item  total  1. Foot and Gait System software updates and technical support  $0  TOTAL  $0 5.0 LOCATION OF WORK AND PERSONNEL Remote support for technical issues will be provided up to 24 hours during working days, from 9:00am to 1pm Central Time. 6.0 APPLICABLE STANDARDS 6.1 Information security The target device offers significant built-in security measures to prevent tampering with or access to data. All network transactions are conducted using SSL encryption. 7.0 ACCEPTANCE CRITERIA The vendor and researchers will review the system and software after installation is complete and confirm that it is working appropriately. 8.0 PAYMENT SCHEDULE Payment schedule: Upon delivery of the BRAND NAME OR EQUAL of the XSENSOR system: Invoice of 100% of contract, net 30 days 12.0 MISCELLANEOUS The vendor makes no other claims on any intellectual property created as a result of this Work. Potential candidates having the capabilities necessary to provide the above stated supplies at a fair and reasonable price are invited to respond to this Sources Sought Notice via e-mail to Nazanin Kreiner at nazanin.kreiner@va.gov no later than April 16, 2025, 4:30PM MDT. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, SAM UEI and business size; point of contact name, phone number, and e-mail address; whether services are presently offered on a current GSA Federal Supply Schedule contract. NAICS Code 334510 Size Standard: 1,250 employees is applicable to determine business size standard. Any questions or concerns may also be directed via email to Nazanin Kreiner at nazanin.kreiner@va.gov. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.