South Dakota Bids > Bid Detail

6515--Black Hills Health Care System - Rapid City Community Based Outpatient Clinic - Supply - Biofeedback/Neuro Feedback Analysis System - Sources Sought

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159211256867376
Posted Date: Mar 8, 2023
Due Date: Mar 10, 2023
Solicitation No: 36C26323Q0427
Source: https://sam.gov/opp/32a7d26589...
Follow
6515--Black Hills Health Care System - Rapid City Community Based Outpatient Clinic - Supply - Biofeedback/Neuro Feedback Analysis System - Sources Sought
Active
Contract Opportunity
Notice ID
36C26323Q0427
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 08, 2023 03:32 pm CST
  • Original Response Date: Mar 10, 2023 04:30 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Rapid City VA OPC Rapid City , SD 57701
    USA
Description
Page 6 of 6
The Black Hills Health Care System requires a Biofeedback/Neuro Feedback Analysis System and accessories with the Salient Characteristics listed below.

This is a sources sought looking for a business that can provide a Biofeedback/Neuro Feedback Analysis System and accessories for market research purposes. No awards of a contract will be made from this announcement.

Please identify your organization's socio-economic category.

Identify if your organization is the manufacturer of the required supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide.

Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)).

If you are a vendor that can provide the required supplies described below with competitive pricing, send your information with a description of proof of capability to: Alisha.Milander@va.gov on or before March 10, 2023.

*If applicable, 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.*

*If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.*Â

*If applicable, 852.212-71 Gray Market Items, will apply to the potential solicitation.*
Introduction
The Rapid City, SD CBOC has a requirement to purchase a Biofeedback/Neuro Feedback Analysis System and accessories with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. This requirement is in support of a brand name or equal requirement. See salient characteristics. This requirement is in support of the activation of the VA BHHCS Outpatient Clinic. Item(s) are to be delivered to the location specified in section 2.4.1.
Table 1 Package Items Summary
CLIN
NOMENCLATURE
JSN
Qty
0001
NeXus-10 MK II Set w/ USB Bluetooth Processing/ NeXus 10 MK II Set (brand name or equal)

M8180
1
0002
Blood Pressure Volume Pulse sensor HR finger nexus/ NB-BVP-F
1
0003
Respiration Sensor, NeXus Res. Sensor/ NX-RSP1B

1
0004
Skin Conductance Sensor for the NeXus/ NB-GSR

1

0005
Ag/AgCl finger electrodes, NB-GSR/ NX-Skin Conductance El.

1
0006
Temperature Sensor, NeXus Family Systems/ NB-TMP

1
0007
2 Channel EMG/EEG/EKG/EOG/ Sensor Cable for the NeXus/ NX-EXG2B

2
0008
Ground ref. cable for the NeXus-10 / NX-EXGB-REF

1
0009
Zukor's Air is flying themed feedback game featuring high-quality aircraft, animals and fantasy creatures./ Zukor s Air

1
0010
Lenovo Flagship Legion 5 15 Gaming Laptop Core i7=9750H, 16GB RAM, 512GB SSD, GTX 1660Ti, 15.6 FHD/ LaptopComputer-15

1
0011

24 Monitor

1
0012
Printer

1
0013
U-Computer Cart: Adjustable height workstation 26 x 20 x 29 - 42". slide-out keyboard tray, 3 outlet UL/CSA, power strip and 15' cord, Welded Steel./ U-Computer Cart

1
0014
CC-ALU-NX10B Aluminum carrying case for the NeXus/ CC-ALU-NX10B

1
0015
Ag/AgCl electrodes for EEG, EMG, ECG (50 per pack) / Blue Trodes

1
0016
Cohesive Wrap (6)

1
0017
4630: Ag/AgCl Pre-gelled, disposable, snap connectors, white cloth backing, 6/strip, 150/bag (hypoallergenic)/ 4630 (3SGS-N) /

1
0018
Ear Clip set Small & Medium for the NeXus & (10 pc) silver/silver chloride electrode pellets/Ear Clips Set S&M/

1
0019
Conductive paste /Ten20 4 Paste/

1
0020
NuPrep: EEG & EMG Prepping gel, 4oz Tube 10-30 (Pack of 3)/ Nu Prep

1

**The accessories to the NEXUS-10 MARK II (or its non-brand name equivalent) included with your response shall bring the main piece of equipment up to the same level of functionality that would be achieved with the items listed.**
General Conditions
Site Address
The address of the Rapid City VA Outpatient Clinic is listed below. Additional information on delivery is located in section 2.4.
Rapid City VA OPC
2165 Promise Road
Rapid City, SD 57701

Delivery Schedule
Items shall be delivered no earlier than the estimated delivery start date and no later than the delivery end date listed in Table 2 below.
Table 2 Anticipated Building Outfitting Schedule
Building Name
ITEMS-COORDINATION
Acronym
Est. Delivery Start Date
Est. Delivery End Date
Rapid City VA Outpatient Clinic
BIOFEEDBACK ANALYSIS SYSTEM
RCCBOC
04/11/2023
04/30/2023
Schedule and Order Management
The above delivery schedule is based upon the current construction schedule, which is subject to change. The vendor shall not increase prices for a change in delivery date for up to 90 days due to construction delays.
The awardees actual delivery dates will be confirmed by VA upon award.
Post-award the vendor will coordinate delivery prior to beginning any work (see section 2.4). Once the dates have been confirmed, modifications to the schedule are subject to written approval by the VA POC. Schedule changes that are beyond the dates specified in the contract will require approval by the Contracting Officer and a contract modification.
Delivery and Receiving
Delivery and receipt of the proposed items is anticipated to be directed to the location identified below. Confirmation of delivery location will be provided by the VA POC post-award. Delivery must be coordinated with VA Logistics POC Wesley Walker (Office); 605-720-7452 or Emily Apland (Office) 605-720-7427 prior to any attempts at delivery. Any item that has not been coordinated will be turned away and any additional charges will be the responsibility of the sender/transportation company. Vendor responsible for conducting a site visit to verify logistics and loading dock access/egress.
Rapid City VA Outpatient Clinic
2165 Promise Road
Rapid City, SD 57701

Rapid City VA Off-Site Activation Warehouse
TBD
Delivery shall be freight on board (FOB) Destination.
The vendor is required to define the need for a staging area to accommodate item delivery, if needed. Post-award, this information will be confirmed with the vendor.
The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Mountain Time), Monday through Friday, and excluding Federal Holidays.
Delivery trucks will not be permitted to remain at the loading dock. Trucks shall be unloaded by the vendor, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials.
Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product.
Clean Up and Disposal
There are no dumpsters available for vendor use.
The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles will not be permitted to remain at the loading dock. Vehicles will need to be brought back to the dock if required to remove any waste, tools, or excess materials.
Deliverables
2.6.1 Assembly and Installation [ is is not ] required.
Training [ is is not required]
Standard Warranty
The products shall be covered by vendor s standard warranty terms and provisions. Vendors to provide their standard warranty information in their proposals. It should be noted however that the warranty coverage shall be no less than 1 YEAR.
The warranty period set forth therein shall be for one year following installation of the product and acceptance by the VA POC at the new Rapid City, SD (RCVAHC).
The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the manufacturer.
The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and
The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph.
Use of Premises
If during the performance of this contract, work will be carried out on RCVAHC premises, the vendor shall perform all work in such a manner that will cause a minimum interference with RCVAHC operations and the operations of other contractors on the premises.
The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor (GC) prior to and during delivery and installation activities.
The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests).
The vendors shall abide by all rules and regulations set forth by the CDC & the RCVAHC due to the Coronavirus (COVID-19) and have their own personal protective equipment (PPE) in use for the time they are on the GLA campus grounds.

2.12 Salient Characteristics
Project Name: Rapid City
Project Location:
Submittal: Submittal 1
JSN: M8180
Date Prepared: October 21, 2022
Brand Name or Equal
Nomenclature: Biofeedback Analysis System
Manufacturer: MindMedia Model Name: NEXUS-10 MARK II
Dealer: Stens Corp Model Number: NEXUS-10 MARK II
Email: 3rd Party Install: Yes Room Nbr(s): See Attached
Phone:
Dimensions: D 2.00 in W 6.00 in H 5.00 in D 50.8 mm W 152.4 mm H 127 mm
1: Plumbing: 7: Data: Yes
2: Electrical: 120 VOLT, CONVENTIONAL OUTLET 8: Drops: 1
DC: No EP: No Addl Outlets: Amps: Outlet Type: 9: Warranty: 2 Year
3: Medical Gas: 10: Training: No
4: Misc Gas: 11: Weight: 1.00
5: NonMed Gas: 12: Wall Blocking: No
6: Misc:
Specifications
Computer based biofeedback testing and analysis system. Unit accepts electroencephalograph (EEG), electromyograph (EMG), DC potential, goniometry, body temperature and other physiologic measurements for correlation and analysis. The system is primarily used in psychiatry and psychology clinics for rehabilitation treatments and pain management training.

4 Bipolar Channels 4 Aux Inputs 2 Digital Inputs
Signals: EEG, EMG, ECG, EOG - Peripheral - Event Trigger, SpO2 Resolution: 24 Bit
Sample Rate: 128-8.192 Hz Gain Factor - 19,5
Bluetooth - Up to 10 Meters USB - 2.0
Data Storage - 4-64 GB on SDHC Flash Card Power Supply - 8000 mAh LiPo Batter Pack Operating Time - 24+ Hours

BIOTRACE+ SOFTWARE FREE WITH EVERY SYSTEM

Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2023 03:32 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >