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). SEE ATTACHMENT FOR DETAILS: INVENTIS WIRELESS VNG NYSTALYZE ROTARY CHAIR BRAND NAME OR EQUAL TO INVENTIS IAW STATEMENT OF WORK OEM DISTRIBUTOR/ AUTHORIZATION LETTER FROM THE MANUFACTURER IS REQUIRED FOR ALL RESPONSES, IF NO OEM LETTER IS SUPPLIED THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE AND THE VENDOR WILL BE DIS-QUALIFIED AT THE TIME RFI WILL CLOSE . MUST PROVIDE THE COUNTRY OF ORIGIN (COO) FOR EACH LINE ITEM SEPARATELY This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The Huntington VAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Huntington VA Medical Center WAREHOUSE/ATTN: 1540 Spring Valley Drive Huntington, WV 25704 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. ** MUST ANSWER ALL THE FOLLOWING QUESTIONS ** **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** 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. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above? What is the place of manufacturing for the requested items? 52.212-3(j) If paragraph (j) of the provision is applicable, a written submission is required. Offerors must be registered in SAM at time of offer submission. MUST COMPLETE PLACE OF MANUFACTURER. (j) Place of manufacture. (The solicitation is predominantly for the acquisition of manufactured end products.) For statistical purposes only, the offeror shall indicate whether the place of manufacture of the end products it expects to provide in response to this solicitation is predominantly (1) __ In the United States (Check this box if the total anticipated price of offered end products manufactured in the United States exceeds the total anticipated price of offered end products manufactured outside the United States); or (2) __ Outside the United States. If you are not a manufacturer. Company shall provide an authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. 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 and SIN number? 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/SIN? Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM). Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For Example: Within 60 days ARO, Within 90 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Wednesday, May 14, 2025, by 12:00 PM (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK (SOW) GENERAL INFORMATION Title of Project: Procurement of MED4 Rotary chair and End of Life Replacement VNG equipment Brand Name or Equal to Inventius Wireless VNG Nystalyze Scope of Work: The Audiology Service requires replacement current VNG system due to end of life. Audiology also needs Rotary Chair equipment to provide complete evaluation of Veteran s vestibular system. Contract will include installation of the equipment by contractor and Huntington VAMC Biomedical Engineering. The contractor shall coordinate with Huntington VAMC and provide technical support of this highly specialized equipment. Background: The mission of the Hershel Woody Williams VAMC is to provide patient care. The mission of the Vestibular Balance Program of the Audiology Service is to provide diagnostic evaluation, referral, and treatment resources for Veterans experiencing vertigo, disequilibrium, and/or imbalance. The Audiology Vestibular Balance Program currently provides assessments for patients, however some of the current equipment has reached end of life and has had multiple service issues impacting patient care. Additionally, an expansion to the currently available vestibular testing via updated equipment will allow for more comprehensive assessment and treatment of balance disorders including comprehensive evaluation of all semi-circular canals and superior and inferior nerve complexes. When balance disorders are more completely managed patients experience fewer falls and improvements in quality of life. Performance Period: The contractor shall deliver the goods required under this SOW in approximately 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier delivery date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. Work at the Government site shall not take place on Federal holidays or weekends unless directed by the CO. Federal Holidays are: New Year s Day January 1 Martin Luther King s Birthday Third Monday in January President s Day Third Monday in February Memorial Day Last Monday in May Juneteenth June 19 Independence Day July 4 Labor Day First Monday in September Columbus Day Second Monday in October Veterans Day November 11 Thanksgiving Day Fourth Thursday in November Christmas Day December 25 When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday by U.S. Government agencies. Also included would be any other day specifically declared by the President of the United States as a National Holiday Type of Contract: Firm-Fixed-Price B. SPECIFICATIONS: EQUIPMENT: Line-Item Description Quantity Wireless VNG + Rotary Chair combo 1 REQUIRED MINIMUM CHARACTERISTICS: 2 wireless cameras Visio mask for binocular open fields testing. Wireless binaural testing binocular 55-inch TV monitor Maestro software and dedicated laptop Vestibular test availability includes Caloric modules, spontaneous and positional nystagmus, Oculomotor tests include saccades, smooth pursuit, gaze and optokinetic Visual stimulation controlled via software Embedded fixation light Video recording license Kinetic module for VNG Electronic MED4 chair VNS3X adapted to MED4 MED4 Safety power supply GBX acquisition video box and active connection for USB All necessary cords, cables, and mounts Adjustable and reclining chair with a Reclining range: 90°(vertical) - 0° (flat) with 10° indication label Adjustable and removable headrest Safety belt MAXIMUM KINETIC VALUE Maximum speed: 200°/s Maximum acceleration: 100°/s2 REQUIRED SOFTWARE Compatible software Synapsys VNG Line-Item Description Quantity One Day Training 1 Provide One Day training Line-Item Description Quantity Product Installation 1 Installation and configuration of Synapsys Nystalyze VNG software and rotary chair including all necessary cables and mounts. PACKAGING AND DELIVERY: All items shall be shipped to the customer at the following location: Hershel Woody Williams VAMC ATTN: Supply Chain Management (For Healthcare Technology Management for Audiology) 1540 Spring Valley Drive Huntington, WV 25704 C. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES Specific requirements need to include: One day manufacturer training-onsite Installation and configuration of Synapsys Nystalyze VNG and MED4 Rotary Chair D. CONFIDENTIALITY AND NONDISCLOSURE It is agreed that: 1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order. 2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response. 3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO. VA information is not collected or stored. The C&A requirements do not apply, and a Security Accreditation Package is not required. E. CONTRACTOR PERSONNEL SECURITY REQUIREMENTS The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required. VA information is not collected or stored. The C&A requirements do not apply, and a Security Accreditation Package is not required. F. EVALUATION FACTORS: Brand Name or Equal to Inventius Wireless VNG Nystalyze IAW SOW OEM distributor/Authorization Letter from the manufacturer is required for all quotes, if no OEM letter is supplied the vendor will be considered non-responsive and the vendor will be dis-qualified at the time RFI will close. Delivery Lead Times Price. LINE-ITEM DESCRIPTION INVENTIS WIRELESS VNG NYSTALYZE ROTARY CHAIR BRAND NAME OR EQUAL TO INVENTIS IAW SOW B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ Wireless VNG + Rotary Chair Combo, includes two (2) wireless cameras, Visio mask for binocular open field testing, 55" television monitor, Maestro software, and dedicated laptop. Vestibular tests: caloric modules, spontaneous and positional nystagmus. Oculomotor tests: saccades, smooth pursuit, gaze and optokinetic. Visual stimulation controlled via software. Embedded fixation light; Video recording license. Kinetic module for VNG, Electronic chair MED4; VNS3X adapted to MED4, Med4 Safety Power Supply; Packing wooden box for MED4 engine; Packing wooden box for MED4 seat; GBX Acquisition video box and active connection for USB. CONTRACT TYPE: FIRM FIXED-PRICE "BRAND NAME OR EQUAL TO INVENTIS IAW SOW" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): Wireless VNG Rotary LOCAL STOCK NUMBER: Wireless VNG Rotary 0002 1.00 EA __________________ __________________ Installation and configuration of Synapsys Nystalyze VNG, and Med4 Rotary Chair. Includes all necessary cables and mounts CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO INVENTIS" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): N/A LOCAL STOCK NUMBER: N/A 0003 1.00 EA __________________ __________________ One day training CONTRACT TYPE: FIRM-FIXED PRICE "BRAND NAME OR EQUAL TO INVENTIS" PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): N/A LOCAL STOCK NUMBER: N/A GRAND TOTAL __________________