THIS REQUEST FOR INFORMATION (RFI) /SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112, Surgical and Medical Instrument Manufacturing (size standard of 1,000 employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs Network Contracting Office 22 is seeking a contractor to provide DRIVESAFETY DS-250W-S (CDS-250) CLINICAL DRIVING SIMULATOR or Equivalent for the LONG BEACH VAMC, LONG BEACH, CA. The prospective contractor must be able to provide supplies that meet or exceed the following requirements: Salient Characteristics (Requirements) DRIVING SIMULATOR must have following characteristics: Separable seat and center console module for wheelchair accessibility Partial cab based on a Ford Focus sedan Ambulatory, wheelchair transfer and full wheelchair patient access Separable seat module for wheelchair accessibility Motorized height adjustment accommodating any wheelchair height Sharp, high-resolution (retina-limited) visual displays and 110-degree field of view Real-time rear and side view wide-angle mirrors Highly adjustable car seat to accommodate patients of varying height and weight Dash and center console Tilt steering wheel with dynamic electric torque feedback Live instrument cluster Standard automotive driver controls including accelerator and brake pedals, steering, gear select, ignition, turn signals and headlights Fully functional automotive stereo with radio/CD and MP3 player input High-quality sound system Free-standing tower fan for driver comfort Runtime simulation software, system computers, printer and accessories Wireless tablet-based interface for greater ease of use Software scenario libraries Includes shipping, installation, half day onsite training and 1 year of support SOFTWARE must have following characteristics: Comprised of the following subsystems, Core Software, deterministic main real-time executive, handling subsystem coordination and data communications. Be able to delivers dozens of driving scenarios and interactive exercises for clients. The library must be comprised of clinician inspired activities organized in progressive phases. Pre-Driving Clinical Exercises, Basic Functional Abilities Additional Functional Abilities in the Context of Simple Driving Progressive Basic Driving Skills Advanced Driving Skills and Naturalistic Scenarios Provide dynamic activities to assess and help improve functional performance in key areas: Physical strength, reaction time, control and endurance Cognitive skills in attention, memory, problem solving and anticipatory thinking Visual perception and information processing, visual-motor integration and visual field Testing Neuromuscular reeducation of movement, coordination and proprioception Must have dynamic activities to help evaluate and improve functional performance in critical areas for drivers. This product will be used for every patient to screen, test and assess their needs. MUST HAVE PRE-DRIVING, CLINICAL EXERCISES, BASIC FUNCTIONAL ABILITIES: Coordinated movements, regulation of physical inputs, strength and range of motion, memory, anticipation and planning Steering Static-Simple upper-extremity strength, range of motion, control of physical inputs Pedals Static- Simple lower extremity strength, range of motion and simple control of physical input. Steering chase-More dynamic upper extremity strength range of motion and control of physical inputs. Pedals chase-dynamic lower extremity range of motion and control of physical inputs. Stoplight and Steering-/visual information processing and coordinated muscle movements. Combined control-Visual motor integration, fine motor control Copy Cat-working memory, coordinated muscle movements. Slider-Motor planning, anticipatory thinking. Functional Abilities to in the context of simple driving Lane Keeping Straight Lane position Reaction Timer Steering- Simple reaction timer requiring quick decision and steering inputs when visual stimulus is given Speed control Speed control management on straight roadway Reaction Timer Stoplight Lane keeping changing lanes Mirrors Practice using side and review mirror Progressive Driving Skills Lane keeping curves Pedals and stopping Following Distance Turning Left Turning Right Merging Changing lanes and Braking Hills and curves speed Hills and curves stop Obstacles on straight Speed control on curves and hills Advance Driving 25-minute drive City and highway If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. (Example: Requirement #1, Meet, Description/Explanation). Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. 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 in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? Non-Manufacturer Rule: If applicable, can you confirm your business complies with the non-manufacturer rule? Specifically, does your company: Provide an end item that a small business has manufactured, processed, or produced in the United States or its outlying areas? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Please indicate whether your product conforms to the requirements of the Buy American Act. Please indicate and provide the proof of country of origin. What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Tuesday, June 24, 2025 by 10:00 AM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.