6515--Biofeedback/Neurofeedback System

expired opportunity(Expired)
From: Federal Government(Federal)
36C26223Q1276

Basic Details

started - 14 Jun, 2023 (10 months ago)

Start Date

14 Jun, 2023 (10 months ago)
due - 21 Jun, 2023 (10 months ago)

Due Date

21 Jun, 2023 (10 months ago)
Bid Notification

Type

Bid Notification
36C26223Q1276

Identifier

36C26223Q1276
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103380)VETERANS AFFAIRS, DEPARTMENT OF (103380)262-NETWORK CONTRACT OFFICE 22 (36C262) (6155)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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). 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification
relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA) VISN 22 Long Beach Network Contracting Office is seeking sources who can possibly provide a Biofeedback/Neurofeedback System that at a minimum meet the brand name and/or can possibly provide an equal product for the Phoenix VA Medical Center. Brand Name Information: Manufacturer & Part Number: BrainMaster Technologies, Part # 390-060 Type: BrainMaster Discovery 24E 24-channel Brain mapping and neurofeedback system Manufacturer & Part Number: BrainMaster Technologies, Part # 310-014 Type: Impedance Lid Manufacturer & Part Number: BrainMaster Technologies, Part # 621-113 Type: Electro-Cap, 4 cap package Manufacturer & Part Number: BrainMaster Technologies, Part # 533-633A, or NewMind Training, BrainMaster Technologies Part # 533-606A Type: qEEG Pro Report Service Gold or NewMind Brain Mapping 1 Year Subscription (Requires annual renewal) Manufacturer & Part Number: NewMind Training Type: NewMind Training Software Manufacturer & Part Number: BrainMaster Technologies, Part # 533-644A Type: qEEGPro Surface/sLORETA Z-Score Combination Manufacturer & Part Number: Zukor Interactive, BrainMaster Technologies Part # 533-517A Type: Zukor Sports game software Manufacturer & Part Number: Zukor Interactive, BrainMaster Technologies Part # 533-518A Type: Zukor Drive game software Manufacturer & Part Number: N/A Type: Windows 10 PC configured for biofeedback with software preinstalled Equal-to-Product Information: Main Component: Biofeedback/Neurofeedback System Main Component: Impedance Lid Main Component: Electro-Cap, 4 cap package Main Component: qEEG/Brain mapping 1-year subscription Main Component: Neurofeedback software Main Component: Real-time qEEG-based neurofeedback software Main Component: Feedback game software using sports games Main Component: Feedback game software using driving games Main Component: Windows 10 PC configured for biofeedback with software preinstalled Salient Characteristics: Biofeedback/Neurofeedback System Must be Medical CE Certified (IIa)/FDA Registered (II) Connectivity minimum requirements are the following: 4 bipolar EXG inputs; 4 auxiliary port inputs; 1 trigger input; 1 digital input Must be capable of EEG (electroencephalography), EMG (electromyography), ECG (electrocardiogram), and EOG (electrooculogram) signals Must have a sample rate up to 8100 Hz or greater in 24-bit resolution Must have a gain factor of 19,5 connectivity Must be Bluetooth capable Must have 64GB (gigabyte) or greater data storage Must include a battery pack that can hold 24 hours or greater of operating recording time Must include software that provides biofeedback neurofeedback physiological monitoring and signal processing System must include game play action training to help assess neurofeedback and biofeedback status and needs Must provide EEG biofeedback monitoring, analysis, and reports using a Windows PC (Personal Computer) Must include a Windows PC with software preinstalled Must use the operating system Windows 10 for VA-compatibility Sensors Must have a dual channel EXG with ground cable Must have ear clips (1 pair) with electrodes Must have a respiratory sensor with belt Must have Blood Volume Pulse (BVP) and Heart Rate (HR) sensors Must have skin conductance sensor(s) Must have a temperature sensor Must also include, but is not limited, the following components: EEG disc electrodes (50 pack minimum) Conductive paste (package of 3 or greater) EEG and EMG prepping Gel (12oz or larger) Disposable chloride electrodes (hypoallergenic cloth and gel) (150 pack minimum) Brain Cap with a minimum of 20 scalp electrode locations (54-62cm size) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) 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). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) 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. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) 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. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items" meet all the salient characteristics. (13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Bridgett.Sharma@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, June 21, 2023, by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued because of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.

Department of Veterans Affairs Phoenix VA Medical CenterLocation

Place Of Performance : Department of Veterans Affairs Phoenix VA Medical Center

Country : United StatesState : ArizonaCity : Phoenix

You may also like

HP 1Y PW DOJ CSTM PRINT CLJ M577 SUPP W/DMR, LLCS ADDING FUNDING IN THE AMOUNT OF $240,576.25

Due: 30 Sep, 2024 (in 5 months)Agency: OFFICES, BOARDS AND DIVISIONS

Backup Storage Appliance

Due: 30 Apr, 2024 (in 1 day)Agency: Information Technology

HPE Nimble Storage System

Due: 30 Apr, 2024 (in 2 days)Agency: City of Vernon

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 339112Surgical and Medical Instrument Manufacturing
pscCode 6515Medical and Surgical Instruments, Equipment, and Supplies