DOCUMENT
65 -- Kinetic Gait Assessments - Attachment
- Notice Date
- 6/9/2014
- Notice Type
- Attachment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
- ZIP Code
- 80246
- Solicitation Number
- VA25914I0520
- Response Due
- 6/16/2014
- Archive Date
- 6/30/2014
- Point of Contact
- MS. RONNIE SANSUSKY
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (not a Solicitation) The Department of Veterans Affairs, VHA, NCO19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing kinematic tests including accurately measure clinical indicators commonly acknowledged to assess function; including pre-and post-operative temporal spatial measures (i.e. cadence, stride length, stance phase, self-selected walking speed) to the VA Medical Center Salt Lake City, UT. Firms responding shall specify they can meet the required specifications: Must be in close proximity to George E. Whalen, VA Medical Center, 500 Foothill Blvd, Salt Lake City, UT Be able to test novel percutaneous osseointegrated prosthetic implant in Veteran transfemoral amputees. Each subject will undergo careful assessment prior to the implant surgery and during a one-year follow-up period. Radiographs, DEXA scanning, microbiology and validated tools for monitoring function, activity, impairment and patient satisfaction will be used to objectively quantify prosthetic utilization and patient quality of life pre- and post-implant. The success of this novel percutaneous osseointegrated prosthetic device has the potential to significantly improve VA clinical care for amputees by reducing complications associated with traditional socket attachment system. All interested firms shall submit a response demonstrating their capabilities to provide the requested equipment for lease to the VAMC. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. Firms responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, veteran owned small business/service disabled veteran owned small business or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominated in the field of operation in which it is proposing on Veterans Administration contracts and with its affiliates; and the number of employees is not to exceed 500. NAICS code to be used for this acquisition is 541712. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc.). Capabilities packages: all interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of research and development specifications related to this effort. Please include how you would overcome Patent rights for "Percutaneous ossenointegrated prosthetics implant system. Responses may be submitted electronically to: Ronnie.sandusky@va.gov in Microsoft word compatible format no later than 16 June 2014 at 1 pm Mountain time. Direct all questions via email to Ronnie.sandusky@va.gov PHONE CALLS NOT ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25914I0520/listing.html)
- Document(s)
- Attachment
- File Name: VA259-14-I-0520 VA259-14-I-0520.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1414814&FileName=VA259-14-I-0520-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1414814&FileName=VA259-14-I-0520-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA259-14-I-0520 VA259-14-I-0520.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=1414814&FileName=VA259-14-I-0520-000.docx)
- Place of Performance
- Address: DEPARTMENT OF VETERANS AFFAIRS;GEORGE E. WAHLEN VA MEDICAL CENTER;500 FOOTHILL BLVD;SALT LAKE CITY, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN03388871-W 20140611/140609234121-9c6cda2f77508b32ac23947bbe9eb8e9 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |