Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 08, 2023 SAM #7955
SOURCES SOUGHT

66 -- 3dMD Telfer Foot Scanner POP: 09/30/2023-12/31/2023

Notice Date
9/6/2023 11:16:48 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
 
ZIP Code
98662
 
Solicitation Number
36C26023Q0931
 
Response Due
9/11/2023 1:00:00 PM
 
Archive Date
10/11/2023
 
Point of Contact
Charles Hartwick, Contract Specialist, Phone: 360-852-9896
 
E-Mail Address
charles.hartwick@va.gov
(charles.hartwick@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of qualified sources to perform the potential requirement. This source sought is part of Market Research and is Unrestricted capable of fulfilling the requirement in accordance with the Statement of Work and Salient Characteristics. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following: Temporal 40Hz 3dMDfoot5.t System (1-40 3D fps) with 10 machine vision cameras (5 viewpoints), workstation with 3dMDperform system management package. Captures a single foot. Geometry only. NO color texture information. Basic 3dMDvultus Analysis Software Platform (per perpetual license). 3dMD surface analysis only. (L1) 3dMDtempusX Software (per perpetual license). Installed on 3dMD System. Dynamic 3dMD image playback Puget Sound VA Medical Center in accordance with the attached Statement of Work and Salient Characteristics. Potential sources having the capabilities necessary to provide the above services which meet all the requirements outlined in the attached statement of work and salient characteristics are invited to respond to this Sources Sought Notice via e-mail to Charles.Hartwick@VA.Gov no later than noted in the RFI. No telephone inquiries will be accepted. Responses should include the following information: Company name, address, and business size; point of contact name, phone number, and e-mail address; A capability statement addressing the requirements in the attached Statement of Work to include: References for similar products currently being provided or previously provided at the required service levels as outlined in the Statement of Work and Salient Characteristics. Documented OEM Authorized Distributor Letter. Ability to meet SBA Nonmanufacturer Rule requirements and Limitations in Subcontracting NAICS Code 339112 is applicable to determine business size standard. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time. Statement of Work: 2. Contract Title. 4D Dynamic Foot and Ankle Scanner 3. Background. A primary research priority at the RR&D Center for Limb Loss and Mobility (CLiMB) is to study walking function and treatment efficacy in patients with mobility impairments and healthy individuals to improve the health of Veterans. CLiMB has several ongoing Veteran-focused research projects related to improving orthotic prescription for a wide range of musculoskeletal conditions. Capturing the morphology of the anatomy of interest is an essential part of this process, however this is usually based on statically captured representations of the anatomy. This 4D surface scanning system will advance our capabilities by allowing us capture the dynamic changes in foot, ankle, and other body morphology seen during functional activities, helping us to develop the next generation of personalized lower limb orthotics to improve health and quality of life outcomes for Veterans. VACO has provided funding to CLiMB to enhance its ability to carry out these studies, by adding equipment to allow the shape of the foot and ankle and how they change to be captured during activities like walking. Understanding these changes will help us to more effectively design orthotic interventions. This requisition will make CLiMB one of only a small number of centers in the world with access to this equipment. 4. Scope. Vendor will provide: Temporal 40Hz 3dMDfoot5.t System (1-40 3D fps) with 10 machine vision cameras (5 viewpoints), workstation with 3dMDperform system management package. Captures a single foot. Geometry only. NO color texture information. Basic 3dMDvultus Analysis Software Platform (per perpetual license). 3dMD surface analysis only. (L1) 3dMDtempusX Software (per perpetual license). Installed on 3dMD System. Dynamic 3dMD image playback Installation and Customer Training are included as part of the purchase. 5. Specific Tasks. DELIVERABLE Installation of 40Hz 3dMDfoot5.t System The installation of the 40Hz 3dmDfoot5.t system will follow the technical requirements of the system, and meet the local requirements of the installation site. Upon completion of the installation, 3dMD, LLC will provide a certificate declaring the system installation is complete and ready to use, along with any calibration certificates and associated data. B. DELIVERABLE Training for 40Hz 3dMDfoot5.t System and supporting software 3dMD, LLC will provide training for the use of the system and its supporting software (Basic 3dMDvultusTM Analysis Software Platform, 3dMDtempusXTM Software) On-site training will be provided for up to 3 individuals in a single session. Remote training will be provided for up to 7 individuals in a single session. Training certificates will be provided for all attendees who complete the training 3dMD engineer will travel from Atlanta to Seattle with 3 weeks notice. Travel cost is included in the service portion of the contract. Other travel costs are not applicable. Vendor shall provide Application Technical Support via phone and e-mail. 6. Performance Monitoring The performance of the service provider is supervised onsite by CLiMB staff. A report of completion of work, service, parts, inspection, and/or maintenance will be provided 24 hours after completion of service. Performance will be reported to the COR after work has been completed. 7. Security Requirements. When working at the VAPSHCS the service provider will be escorted and supervised at all times by CLiMB staff. The service provider will not have or require access to any VA network or system (logical access). The service provider will not have verifiable access to VA sensitive information or PHI. Regarding Information security; the C&A requirements do not apply, a Security Accreditation Package is not required. 8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). None 9. Place of Performance. CLiMB Labs GW15, Bldg 101 1660 S. Columbian Way Seattle, WA 98108 Laboratory Point of contact: Elise Campbell 2062776792 10. Period of Performance The period of performance is established as follows: Installation will be carried out on a mutually agreed upon date between September 1, 2023 and March 31, 2024.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fa4b6ce785804baab295f9b90c18585a/view)
 
Place of Performance
Address: Puget Sound VAHCS, Seattle
 
Record
SN06821065-F 20230908/230906230111 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.