Q999--Anklometer Working Prototype for Innovation Office at Cincinnati VAMC
ID: 36C25024Q8555Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF250-NETWORK CONTRACT OFFICE 10 (36C250)DAYTON, OH, 45428, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL- OTHER (Q999)
Timeline
    Description

    The Department of Veterans Affairs is seeking proposals for the development of a working prototype known as the Anklometer for the Innovation Office at the Cincinnati Veterans Affairs Medical Center (VAMC). This device aims to enable veterans to self-measure ankle swelling, addressing a critical healthcare need within the veteran community. The contract will be awarded through a firm-fixed price approach, with performance expected from September 28, 2024, to January 31, 2025, and will require deliverables such as CAD designs, a bill of materials, and the final prototype submission. Interested contractors should contact Contract Specialist Bradley Burhite at Bradley.Burhite@va.gov for further details and to ensure compliance with federal regulations regarding data protection and labor standards.

    Point(s) of Contact
    Brad BurhiteContracting Officer
    Network Contracting Office (NCO) 10
    260 E. University Avenue
    bradley.burhite@va.gov
    Files
    Title
    Posted
    The document pertains to a solicitation for the development of a working prototype called the Anklometer for the Innovation Office at the Cincinnati Veterans Affairs Medical Center (VAMC). It references Solicitation 36C25024Q8555 and includes additional appendices, such as ATCH D.1, which provides relevant wage determination information for Hamilton County, Ohio, regarding Department of Labor Wage Decision 2015-4719-R27 as of July 22, 2024. The Anklometer prototype project is likely part of a broader initiative to advance healthcare technology solutions, enhancing services for veterans. The solicitation process reflects the government's commitment to facilitating innovation and improving healthcare delivery through federal grants and requests for proposals (RFPs). The inclusion of wage determination ensures compliance with labor standards, emphasizing fair compensation for labor involved in the project’s development. This document signifies the government's focus on integrating innovative solutions within its healthcare system, particularly for the veteran community.
    The Sources Sought Notice is issued by the Department of Veterans Affairs for a working prototype called the Anklometer at the Cincinnati VA Medical Center. This notice seeks responses from qualified prospective offerors interested in the forthcoming solicitation. The anticipated contract period is defined as the base period only, spanning from September 27, 2024, to January 31, 2025. Interested contractors must submit their company name, UEI number, CAGE code, business socioeconomic status, a signed compliance statement per FAR 52.219-14 regarding limitations on subcontracting, and a capabilities statement by September 5, 2024. The notice emphasizes responsiveness to the solicitation hinges on the completion of the compliance letter. It also notes that availability of funds is subject to federal regulation terms. Several attachments accompany the notice, including a draft Performance Work Statement and compliance documentation requirements, indicating the detailed nature of the anticipated project and compliance with regulatory obligations.
    The document outlines a series of federal RFPs (Requests for Proposals) and grants, focusing on improving local governmental infrastructure and services. The main objective is to facilitate public projects that involve collaboration between federal, state, and local entities. Key topics include funding allocations for infrastructure upgrades, community development initiatives, and health services enhancements. The document emphasizes the importance of compliance with federal regulations while detailing the expected outcomes of these projects, such as improved public safety, increased access to essential services, and economic revitalization. Additionally, the RFPs cater to specific needs within various local communities, highlighting the importance of tailored approaches based on individual community assessments. Overall, the document serves as a comprehensive guide for potential contractors and grant applicants, providing essential criteria for proposal submission, review processes, and funding availability. It reflects the government's commitment to enhancing community infrastructure and services through strategic investments and collaborative efforts among various government levels.
    The document outlines a Sources Sought Notice for a contract aimed at developing a Patient Anklometer Working Prototype (Ankle Meter) for the Cincinnati VA Medical Center. The goal is to create a self-measuring device that allows veterans with limited mobility to accurately measure ankle swelling or lymphedema, promoting safer health monitoring than existing methods. The contract is a firm-fixed price arrangement and will last from September 27, 2024, to January 31, 2025. The contractor is responsible for delivering various phases, including a design concept, bill of materials, CAD drawings, and the final prototype. Deliverables are to be completed by set deadlines, with weekly status reports required. Key specifications for the Anklometer include an adjustable pole, a user-friendly control mechanism, and a reliable measurement display. The contractor must ensure compliance with quality control programs, invoicing procedures, and performance requirements, including timely delivery and accuracy in reporting. Overall, this RFP reflects the VA's commitment to enhancing veteran care through innovative medical devices, ensuring they meet specific health monitoring needs effectively and efficiently.
    This document is a Sources Sought Notice involving the FAR 52.219-14 compliance statement regarding limitations on subcontracting. The primary purpose is to certify that the submitting company adheres to the federal regulation stipulating that a minimum of 50% of the contract performance costs must be borne by the company's own employees, applicable if a contract is awarded. The memorandum is addressed to a contracting officer and includes a section for the legally authorized representative to print their name, company details, UEI number, and a signature, signifying their compliance with the stated requirements. This compliance statement is critical within the context of federal RFPs, ensuring the integrity of subcontractor relationships while promoting the utilization of a company’s workforce in fulfilling federal contracts. The document underscores regulatory adherence and aims to maintain transparency in contract performance obligations.
    The document outlines various aspects of federal and state/local Requests for Proposals (RFPs) and grants. It highlights the need for compliance with regulations, proper documentation, and adherence to project specifications. The main purpose is to guide entities in understanding the process of bidding on government contracts and securing funding for public projects. The document emphasizes the importance of thorough analysis and reporting of project outcomes, ensuring that proposals meet financial and operational guidelines set by funding agencies. It details the criteria for proposal evaluation and selection, including innovation, cost-effectiveness, and benefits to the community. Additionally, the document stresses the need for continuous monitoring and evaluation post-implementation to ensure desired project outcomes, aligning with governmental priorities of transparency and accountability. Overall, it serves as a comprehensive resource for stakeholders seeking to engage in government-related funding opportunities and ensures that they align with federal and state objectives.
    The document outlines the solicitation for a Patient Anklometer Working Prototype intended for the Cincinnati VA Medical Center's Innovation Office. The purpose is to create a device enabling veterans to self-measure ankle swelling, addressing a significant healthcare need. The contract is expected to be awarded through a firm-fixed price (FFP) approach, with performance periods from September 28, 2024, to January 31, 2025. Key deliverables include a project kickoff meeting, a bill of materials for the prototype, CAD designs, and the final prototype submission. The contractor is responsible for providing all equipment, supervision, and support necessary for the prototype's development, including attending regular meetings for progress updates and submissions of weekly status reports. Furthermore, security and privacy protocols are emphasized for contractors handling VA information. The guidelines stipulate adherence to federal regulations regarding data protection and the management of sensitive information. Overall, the document highlights the VA's commitment to innovative healthcare solutions while ensuring compliance with established legal and operational standards.
    Similar Opportunities
    6515--Viscoelastic Testing Instrumentation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential vendors capable of providing viscoelastic testing instrumentation for the Richmond VA Medical Center in Virginia. The procurement includes a comprehensive viscoelastic testing instrument system that must perform clinical parameter analyses on whole blood specimens, interface with existing VA laboratory middleware systems, and comply with the performance standards set by the Clinical Laboratory Improvement Act and the Clinical and Laboratory Standards Institute. Interested vendors are required to submit their qualifications, including business size classification and relevant certifications, by 10:00 AM EST on September 20, 2024, to Jo Ann Harris, Contract Specialist, at Jo.Harris@va.gov. This opportunity emphasizes the VA's commitment to prioritizing Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in the procurement process.
    763-24-4-021-1611 & 763-24-4-021-1625 - Lancaster CMOP 3M #5050 Skin Protectant & RESERVOIR, OMNIPOD 5
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of specific medical supplies, namely the Cavilon Advanced Skin Protectant (3M5050) and the Omnipod 5 G6 Reservoir, for the Lancaster Consolidated Mail Outpatient Pharmacy (CMOP). This procurement is critical for patient care, as these items have been prescribed by VA physicians and are essential for the treatment of veterans, with no acceptable substitutes available. The contract will be awarded under Simplified Acquisition Procedures, with a firm-fixed-price structure and a requirement for staggered monthly deliveries, starting within 10 days of contract award. Interested vendors must submit their proposals by September 20, 2024, at 4 PM CST, and can direct inquiries to Jennifer L. Knight at jennifer.knight@va.gov or by phone at 913-684-0162.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    6515--NX EQ HoverTech Air-Assisted Patient Lifting Systems - added Attachment C
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ HoverTech Air-Assisted Patient Lifting Systems to enhance patient mobility and safety across VA medical centers nationwide. This solicitation aims to secure non-expendable medical equipment that meets specific technical requirements, with a focus on improving patient care while minimizing caregiver injuries. The contract will span an initial 12-month base year with four potential option years, and interested vendors must submit their proposals by September 20, 2024, at 11:59 PM Eastern Time. For inquiries, vendors can contact the Contract Specialist, Maurice Christian, via email at Maurice.Christian@va.gov.
    6515--520-DME Long term contract (VA-24-00100687)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Durable/Home Medical Equipment and Accessories (DME/HME) services under the 520-DME Long Term Contract (VA-24-00100687). The procurement aims to identify companies capable of delivering, setting up, maintaining, and managing inventory for VA-owned DME/HME, ensuring compliance with Joint Commission standards and enhancing the quality of care for eligible Veterans and their caregivers. This initiative is critical for ensuring timely access to medical equipment and education on its use, while adhering to health and safety regulations. Interested vendors must submit their qualifications, including company details and socioeconomic status, by 2:00 PM Central on October 21, 2024, via email to Contracting Officer Kevin D Pollard at kevin.pollard2@va.gov. The contract will be firm-fixed priced and is subject to funding availability.
    Sensing Technology with Software
    Active
    Dept Of Defense
    The Department of Defense, specifically the Norfolk Naval Shipyard, is soliciting proposals for the acquisition of a GelSight mobile measurement system, software licenses, a Microsoft Surface Pro tablet, and gel cartridges under solicitation N4215824QE081. Vendors are required to provide a certificate of compliance for each item, ensuring that they meet the specified technical capabilities and features outlined in the solicitation. This procurement is crucial for enhancing measurement accuracy and efficiency in federal operations, with a focus on small businesses, including those owned by service-disabled veterans and women. Proposals must be submitted by September 20, 2024, at noon, and interested parties can contact John E Faircloth at john.e.faircloth2.civ@us.navy.mil or Chad Godwin at chad.r.godwin.civ@us.navy.mil for further information.
    Q403-- MDE 2025 Regions 1-4 Recompete AMENDMENT 0005
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the recompete of the Medical Disability Examinations (MDE) contract for Regions 1-4, with an estimated contract value of $16 million. The procurement aims to engage contractors to provide comprehensive medical evaluations for veterans, ensuring adherence to quality standards and regulatory compliance in the assessment process. These examinations are critical for determining veterans' eligibility for disability benefits, reflecting the government's commitment to delivering timely and effective healthcare services to service members. Interested vendors must submit their proposals by 09:00 AM ET on September 23, 2024, and can direct inquiries to Jennifer Benisek at Jennifer.Benisek@va.gov or Corey Mann at Corey.Mann@va.gov.
    6530--Ergonomic WorkStations
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the procurement of ergonomic workstations and table pegboards for the White River Junction VA Medical Center. This initiative aims to enhance the functionality and safety of the Sterile Processing Services by providing six customizable ergonomic workstations equipped with adjustable heights, integrated lighting, and electrical outlets, along with various accessories to meet strict AAMI standards. The selected vendor will be responsible for the delivery, installation, and training of personnel on the new equipment, ensuring compliance with specified requirements. Quotes are due by September 20, 2024, and interested parties should contact Contract Specialist Divianna Mathurin at divianna.mathurin@va.gov for further details.
    Z1DA--650-CSI-3516 Renovate Upgrade Angio OR Suite Construction
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting proposals for the renovation and upgrade of the Angio Operating Room Suite at the Providence VA Medical Center in Rhode Island. The project involves comprehensive construction activities, including demolition, installation of new systems, and adherence to strict safety and infection control standards, with a completion timeline of 240 days from the notice to proceed. This initiative is crucial for enhancing healthcare infrastructure and ensuring optimal operational efficiency in providing care to veterans. Interested contractors should direct inquiries to Contract Specialist Kathleen I. Mills at kathleen.koseoglu@va.gov, with proposals due by January 31, 2024.
    6515--OptiLight
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration and Network Contracting Office 6, intends to award a sole-source contract to Milling Medical LLC for the procurement of the Lumenis OptiLight system, a specialized FDA-approved treatment for dry eyes. The contract will involve the delivery of Lumenis BE OptiLight equipment and a Treatment Kit to the Fredericksburg HealthCare Clinic in Virginia, with the effective contract date set for September 15, 2024. This procurement is critical as the Lumenis OptiLight is the only product of its kind that meets the government's needs for treating dry eyes, as determined through market research. Interested vendors have a limited window of three days to submit capability statements to the contracting officer, Gordon E. Burns, via email at Gordon.Burns@va.gov, with no obligation for the government to procure the services mentioned.