6515--Korebalance Premier 22 System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 4, has issued a Sources Sought Notice for market research to identify capable firms for a Korebalance Premier 22 System for a VISN 4 VAMC. This RFI aims to gather industry feedback to finalize requirements and determine the acquisition approach for the new Michael A. Marzano CBOC in Hermitage, PA. Responses are due by March 17, 2026, at 10:00 AM EDT.
Purpose
This is a Request for Information (RFI) for market research purposes only. The VA seeks to identify firms capable of providing a Korebalance Premier 22 System to assist physical therapists with balance evaluations and treatment plans at the new Michael A. Marzano Department of Veterans Affairs Community Based Outpatient Clinic (CBOC). The feedback will inform the development of the requirement and the acquisition strategy (e.g., socioeconomic set-aside, full and open competition).
Scope of Requirement
The requirement is for the purchase, delivery, assembly, and installation of one brand name or equal KoreBalance Premiere 22 system (product KB01-22). Key system features include interactive technology for balance assessment and training, a large stable stepping platform with 360-degree horizontal and 20-degree vertical movement, adjustable safety rails, exercise band attachment points, a 500 lbs. patient weight capacity, a large flat-panel LCD touchscreen with assessment software (including Romberg, mCTSIB, and Limits of Stability Tests), 3-D training programs, and 16 variable stability settings. The vendor must provide "white glove" delivery, on-site assembly and installation by manufacturer-certified personnel, testing, commissioning, basic product demonstration, a User's Manual, and a minimum 1-Year Commercial Warranty. Personnel must adhere to job site safety requirements.
Submission Details
- Response Due: March 17, 2026, by 10:00 AM EDT.
- Submission Method: Via email to amanda.saunders@va.gov and Adriane.Perretti@va.gov.
- Subject Line: Must read "36C24426I0389 Korebalance Premier 22 System | (Company Name)".
- Required Content: A brief capability statement addressing the tentative Statement of Work, answers to specific RFI questions (regarding company ownership, joint ventures, and domestic end products), proof of Vets First Verification for SDVOSB/VOSB firms, and proof of small business status for all small businesses. All respondents must be registered and active in SAM.gov.
Eligibility & Set-Aside
Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) are preferred, and must include proof of their Vets First Verification. All small businesses must provide proof of small business status. All capable contractors are welcome to respond for market research purposes. The VA is open to suggestions from industry regarding the suggested NAICS (339112), PSC (6515), and potential GSA/FSS Schedule SIN categories.
Delivery Information
- Delivery Window: October 20, 2025, and October 31, 2025 (8:00 a.m. to 4:00 p.m. Monday-Friday, excluding Federal Holidays).
- Delivery Address: Mercer CBOC, 1505 North Hermitage Road, Hermitage, PA 16148.