Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 21, 2026 SAM #8853
SOURCES SOUGHT

65 -- Sources Sought - Bertec Vision Trainer -or- Equivalent

Notice Date
2/19/2026 1:13:11 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26326Q0392
 
Response Due
2/26/2026 3:00:00 PM
 
Archive Date
04/27/2026
 
Point of Contact
Joey Bloomer, Contracting Officer, Phone: 515-699-5880
 
E-Mail Address
joseph.bloomer@va.gov
(joseph.bloomer@va.gov)
 
Awardee
null
 
Description
The VA Minneapolis Medical Center requires Bertec Vision Trainer or equivalent and accessories with the Salient Characteristics listed below. This is a sources sought looking for businesses to provide the supplies listed below for market research purposes. No awards of a contract will be made from this announcement. If you are a vendor that can provide the requested information above and required supplies described below with competitive pricing, send your information (to include your organization's Unique Entity Identifier number) with a description of proof of capability to: joseph.bloomer@va.gov on or before February 26tht, 2026. Only emailed responses will be considered. Additionally, please provide answers as appropriate to the following questions in the table below with your response to this sources sought. Failure to respond to the following questions may affect the acquisition strategy. 1. Identify your organization's socio-economic category. 2. Identify if your organization is the manufacturer of the requested supplies.� If you are not the manufacturer, identify the manufacturer of the supplies that you will provide, their socio-economic category and a letter showing that your organization is an authorized distributor for the requested supplies.� 3. Fill out the certificate under FAR Provision 52.225-2(b), identifying the item and its country of origin. ( https://www.acquisition.gov/far/part-52#FAR_52_225_2__d3401e52). If the product is a US domestic end product, write in USA for the item's country of origin. 4. State whether any of the requested supplies may be ordered against a government contract awarded to your organization (e.g Federal Supply Schedule (FSS), General Services Administration (GSA), etc.). 5. Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)). 6. State if subcontracting is contemplated for this requirement and what percentage of the requirement will be subcontracted and for what tasks. 7. Provide estimated shipping and delivery information for the requested supplies (e.g. Expected lead time on delivery). � *If applicable, VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.* � *If applicable, VAAR 852.212-71 Gray Market Items, will apply to the potential solicitation.* *If applicable, FAR 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses. * Statement of Work 1. Project Title Bertec -or- Equivalent Vision Trainer for REC 2. Background Vision, balance, and coordination impairments are present in a large proportion of our population in acute rehabilitation. Our tracking data shows that 60% of our acute TBI and CVA patients and approximately 75% of our active duty RENEW TBI patients receive specialized Vision Therapy services. To appropriately treat the deficits found in this patient population, environmental control and precise grading of activities is required. Current means to address these tasks are limited based on environmental constraints and are often interrupted by staff members moving through the treatment area. Having an adaptable system that meets the needs of training, allows for treatment in a closed environment to control distractions and improves focus on tasks is warranted. Minneapolis VA Healthcare System (MVAHCS) has a need to add an eye-hand coordination instrument with dual balance plate to REC therapy clinic. This new equipment will allow clinicians to provide safe and effective vision occupational therapy to patients at the MVAHCS. 3. Scope MVAHCS is seeking a firm fixed price to purchase the Bertec Vision Trainer including stand and dual balance plate. The project includes delivery and installation and travel. This requirement is in support of a brand name or equal requirement. See FAR Clause 52.211-6- Brand Name or Equal (Aug 1999) for additional information. See attachment for salient characteristics. The vision trainer procurement shall include the following part numbers and descriptions or equivalent. Item # Description/Part Number* Qty 1 BERTEC VISION TRAINER 55"" including Stand / 95P-0014 1 2 Dual Balance Plate / BP5046 Dual 1 3 Installation and Travel 1 4 Shipping and Handling 1 4. Salient Characteristics/Functional Requirements a) Ability to manually change the settings per patient need; Change lines moving left to right, up, down, circular, change lines saturation b) Ability to add in balancing at manual pace c) System must have the ability to train functional skills in an individualized manner by assessing vision, cognition, and balance demands d) Ability to collect data on each sensory skill e) Ability to grade based on adjusting the number, speed, size, and area of targets f) Ability to adjust the difficulty of cognitive-based mode for pattern recognition, spatial awareness and working memory g) Ability to adjust the complexity of the visual background in real-life scenarios that are specific to individuals h) Allow significant flexibility in designing and increasing intensity of treatments i) Ability to address visual motion sensitivity in a systematic or graded fashion j) Ability to display real life backgrounds during visual motor activities 5. Period of Performance Work shall be performed during normal business days at MVAHCS, which is comprised of Monday through Friday each week (except federal holidays) between 8:00 a.m. and 4:30 p.m. local standard time. Deliver and complete installation no later than 9/30/2026. 6. Place of Performance The contractor shall deliver the items at the facilities of Minneapolis VA Health Care System, One Veterans Drive, Minneapolis, MN 55417, ATTN: Matthew Walczak, Polytrauma Vision Occupational Therapist. 7. Delivery/Setup The contractor shall coordinate delivery, setup and training with the on-site Point of Contacts (POCs) listed below: Matthew Walczak, Polytrauma Vision Occupational Therapist, (612) 467-4343, matthew.walczak@va.gov Heather Lopez, BESS, 612.467.2012, heather.lopez@va.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9b67b9fa002f4a26b0f2f6810dc4cc76/view)
 
Place of Performance
Address: VA Minneapolis Medical Center One Veterans Drive, Minneapolis, MN 55417, USA
Zip Code: 55417
Country: USA
 
Record
SN07721915-F 20260221/260219230051 (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!  © 1994-2026, Loren Data Corp.