DA10--BrainLab NAVIGATION SOFTWARE SUBSCRIPTION

Agency: VETERANS AFFAIRS, DEPARTMENT OF
State: Virginia
Level of Government: Federal
Category:
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD00159897261491422
Posted Date: Apr 24, 2024
Due Date: Apr 30, 2024
Solicitation No: 36C26224Q1050
Source: Members Only
Follow
DA10--BrainLab NAVIGATION SOFTWARE SUBSCRIPTION
Active
Contract Opportunity
Notice ID
36C26224Q1050
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 24, 2024 01:50 pm PDT
  • Original Response Date: Apr 30, 2024 11:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veteran Affairs Greater Los Angeles VA Healthcare System-GLAVAHCS Los Angeles , 90073
Description
THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION
1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement.
2. The NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing

3. Interested and capable Contractors are encouraged to respond to this notice not later than April 30th, 2024, at 11:00 am PDT, by providing the following information via email only to Jose.Espinoza3@va.gov.

(a) Company name

(b) Address
(c) Point of contact
(d) Phone, fax, and email of primary point of contact
(e) Contractor s Unique Entity ID (SAM) number
(f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business).
(g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI.
(h) Statement indicating the product name of the clinical surveillance software product referenced above that you intend to provide for this procurement.
(i) Statement indicating whether you are the manufacturer of the clinical surveillance software product that you intend to provide for this procurement. If you intend to provide a clinical surveillance software product manufactured by a company other than your own, state the name of the company whose clinical surveillance software product you intend to provide, the country of origin for the clinical surveillance software product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI.
(j) Statement indicating if you have a current contract to provide the clinical surveillance software product that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract.
(k) Statement indicating if your clinical surveillance software product that you intent to provide for this procurement was assessed by VA Technical Reference Model Management Group and currently approved for use in the VA.
(l) Statement indicating how many calendar days you estimate it would take you to implement, configure, and validate the clinical surveillance software product that you intend to provide for this procurement in a medical center similar to the VA Medical Center.
(m) General pricing for your products/solutions for market research purposes.

If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use.

NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE TO SUPPORT A RESPONDENT S CLAIMED EXPERIENCE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE CLINICAL SURVEILLANCE SOFTWARE AND SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET.

5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications.
6. Small Business respondents.
(a) If respondent is VOSB or SDVOSB, respondent is encouraged to provide proof of www.vetbiz.gov certification. In addition, SDVOSB/VOSB Contractors are asked to acknowledge that they understand the limitations on sub-contracting pursuant to FAR 52.219-14, Limitations on Sub-Contracting, which will be included in the impending solicitation. Further SDVOSB/VOSB contractors are asked to respond that they are capable of providing the requested services keeping within the parameters of this clause.
(b) Small businesses, including SDVOSB/VOSBS are also advised that per 13 CFR, § 125.6 the prime contractor's limitations on subcontracting are as follows:
(1) General. In order to be awarded a full or partial small business set-aside contract with a value greater than $150,000, an 8(a) contract, an SDVO SBC contract, a HUBZone contract, a WOSB or EDWOSB contract pursuant to part 127 of this chapter, a small business concern must agree that:
(2) In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not similarly situated. Any work that a similarly situated subcontractor further subcontracts will count towards the 50% subcontract amount that cannot be exceeded.
(c) Please note that if VA s pending market research establishes that two or more verified VOSB or SDVOSB can provide the services required, VA will set aside the underlying solicitation per 38 U.S.C. §8127.
--End of Sources Sought Announcement--

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. In accordance with 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.
Salient Characteristics
Brand Name Item: BrainLab NAVIGATION SOFTWARE SUBSCRIPTION
Essential/significant physical, functional, or performance characteristics.
Requirements - The software must be a duly authorized license that allows all functionalities of the BrainLab system. *Software for registration of cranial patient data for image-guided neurosurgery.
It must allow paired points matching technique to correlate image set to patient anatomy.
It must provide anatomical landmarks or marker-based patient registration.
It must provide semiautomatic multi-modality donut marker detection.
It must provide registration based on pre-operative CT or MRI data sets.
If must provide planning of anatomical landmarks for "Rescue Registration" in case of registration loss.
Compatibility Yes; With BrainLab Neuroimaging equipment.
Dimensions/Weight See attached docs.
Industry Standard For healthcare facilities healthcare facilities with a procured BrainLab system, it is the standard of care to have the software license active in order to use the equipment.
Purpose The purpose of the software license is to use the equipment. *A cranial navigation summarizes relevant and detailed anatomical information in one dedicated view helping surgeons identify the optimal craniotomy before making the incision. The program provide automatic segmentation of skin, bone, cortical vessels and cerebrum. It provides 3D preview of the lesion and critical structures before opening the skull. Software simulates craniotomy and creates a bone flap object that can be saved for documentation and allows 3D/correlated inline or axial, coronal, sagittal navigation views provides spatial orientation.
Governing Body or Organization N/A
Complete generic identification The software license is an annual requirement to use the BrainLab equipment. *A cranial navigation unit that uses a PT s imaging scan to help identify surgical approach.
Applicable model/make/catalog number BrainLab NAVIGATION SOFTWARE SUBSCRIPTION
Manufacturer name BrainLab
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 24, 2024 01:50 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >