SOLICITATION NOTICE
65 -- Reqmnt for 3 Sound-Attenuated Enclosures or Booths together with the development of associated hearing testing and training-graphical user interface software program.
- Notice Date
- 2/26/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of Veterans Affairs, VA Northwest Health Network, VA Northwest Health Network, Department of Veterans Affairs;VA NW Health Network (VISN 20);Vancouver Square at the Mall, Suite 203;5115 NE 82nd AVE;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA-260-09-RQ-0278
- Response Due
- 3/13/2009
- Archive Date
- 5/12/2009
- Point of Contact
- Dennis L RichesContract Specialist<br />
- Small Business Set-Aside
- N/A
- Description
- Combined Commercial Synopsis This solicitation is issued as a Request for Quotation (RFQ), number VA-260-09-RQ-0278, to provide all of the labor, materials, equipment and services necessary for the construction of 3 sound-attenuated enclosures and development of computer programs & software (graphical interface software for delivery of a hearing loss prevention education program) for our Joint Incentive Fund (JIF) project (a collaboration between the Department of Defense and the Department of Veteran Affairs - specifically the National Center for Rehabilitative Auditory Research at the Portland VA Medical Center). (see requirement details below) This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, which is issued as a Request for Quotation (RFQ) with amendments, if any follow. Quotes are being requested and a written solicitation will not be issued. All contractual and technical questions must be in writing (e-mail or fax). Only written requests received directly from the requester are acceptable (Telephone questions will not be accepted). Preference is that you send your correspondence through email at: dennis.riches@va.gov. If requesting by FAX, you may send your request 360-256-0936, ATTN: Dennis Riches. It is the offeror's responsibility to monitor the internet site for the release of solicitation amendments (if any). All quotes/proposals must include signed copies of all solicitation documents, including all amendments. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. This solicitation document and incorporated provisions and clauses are those in effective through the Federal Acquisition Circular (FAC) 2005-30. This procurement is being solicited on a "full and open/unrestricted" basis. However, the offeror shall identify the size of their business. The NAICS Code is 423450 and the small business size standard for this procurement is 100 employees. The offeror shall state in their offer their size status for this procurement. All responsible sources may submit an offer which shall be considered by the agency. Location for Delivery is Portland VA Medical Center, Portland, OR. Delivery shall be FOB Destination. Proposal must include, solicitation number, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), cage code, DUNS Number, identification of any special commercial terms, and be signed by an authorized company representative. Offerors shall provide the information required by FAR 52.212-1 (JUN 2008) (including any addenda if applicable), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies" the offeror shall so state and shall list the country of origin. Award will be made at fair and reasonable price to the lowest responsive, responsible offeror, whose quote conforming to the requirements herein will be the most advantageous to the Government, price and other factors considered. The provision at FAR 52.212-02, Evaluation-Commercial Items is applicable, and the following shall be included in paragraph (a) of this provision. Evaluation factors will be based on price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement The clause FAR 52.212-04, Contract Terms and Conditions-Commercial Items, is applicable. The clause FAR 52.212-5 (Feb 2009), Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, is applicable, including the following: (a)(1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104 (g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b)(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (b)(4) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (b)(8) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). (b)(12) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer.) (ii) Alternate I (June 2003) of 52.219-23. (b)(16) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C 632(a)(2)). (b)(17) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (b)(18) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). (b)(19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (b)(20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (b)(21) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (b)(22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (b)(23) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (b)(24) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (b)(27) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b) (b)(28)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). (b)(32) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (b)(38) 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). All contractors submitting quotes must be registered in the Central Contractor Registration (CCR) in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the CCR, go to: http://www.ccr.gov. Prospective vendors shall complete their annual Representations and Certifications (ORCA) electronically at http://orca.bpn.gov. If offerors are not registered via the ORCA website at http://orca.bpn.gov, offerors shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These representations and certifications will be incorporated by reference in any resultant contract. Additional applicable clauses and provisions: FAR 52.228-5, Insurance - Work on a Government Installation; FAR 5227-19, Commercial Computer Software License. Veterans Affairs Acquisition Regulations (VAAR) 852.270-4, Commercial Advertising; VAAR 852.273-70, Late Offer. Included and in accordance with FAR 52.252-2, Clauses Incorporated by References (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Full text of these clauses and provisions are available on the internet at: http://farsite.hill.af.mil/vffara.htm or http://www.arnet.gov/far Offers are to be e-mailed to Dennis Riches, Contract Specialist, at the following e-mail address: dennis.riches@va.gov, and received by the contracting office no later than 4:00 P.M. Pacific Time on the day identified for closing herein. Point of Contact is: Dennis Riches, Contract Specialist, Portland VA Medical Center, 5115 NE 82nd Avenue, Vancouver, WA 98662, Phone 360-852-9882. Requirement Details: This requirement is to provide all of the labor, materials, equipment and services necessary for the construction of 3 sound-attenuated enclosures and development of computer programs & software (graphical interface software for delivery of a hearing loss prevention education program) for our Joint Incentive Fund (JIF) project (a collaboration between the Department of Defense and the Department of Veteran Affairs - specifically the National Center for Rehabilitative Auditory Research at the Portland VA Medical Center). The National Center for Rehabilitative Auditory Research (NCRAR) located at the Portland VAMC is the only auditory research and development center of its kind in the nation specifically dedicated to rehabilitation and hearing loss prevention. The NCRAR is leading efforts to discover new knowledge and develop useful technologies that optimize auditory rehabilitation services for hearing impaired veterans and the nation. The NCRAR is conducting a special non-research project titled "A Joint DoD-VA Hearing Loss Prevention Program (HLPP}." The project is financed as a Joint Incentive Fund (JIF) Health Care Sharing Initiative by the VA/DoD Sharing Office, a collaborative program between the Department of Veterans Affairs (VA) and the Department of Defense (DoD). The program's goals are to enhance access to, cost-effectiveness and quality of health care resources for military personnel and veterans. The goal of NCRAR's JIF project is to create a self-administered, interactive, multimedia Hearing Loss Prevention Program (HLPP) that can be delivered at military bases, primary care clinics, and other medical settings. Sound-attenuated enclosures (Hearing Education Centers) will be designed, fabricated and used to accommodate one participant at a time to interact with the program. Inside the enclosure, participants will receive instructions via headphones and will able to adjust the volume of the audio. Participants can then select from the following activities using a non-networked computer touch screen that will not request or save personal (identifiable) health information: 1} take a self-administered screening test of their high-frequency hearing; 2} learn why, when and how to protect their hearing; 3} learn how hearing works and how loud sounds damage hearing; 4} learn how sound intensity is measured and which sounds are too loud; 5) listen to demonstrations of simulated hearing loss; 6} learn how to select and use hearing protective devices; 7} evaluate the fit of their own ear plugs; 8} learn what they can do about tinnitus (ringing in the ears); and 9} learn about hearing health care services available to them. A printer inside the enclosure allows participants to receive a copy of their hearing screening results and other helpful information. Initially, one of these Hearing Education Centers will be installed at each of the following locations: Portland VA Medical Center, Madigan Army Medical Center (Fort Lewis, Washington) and Womack Army Medical Center (Fort Bragg, North Carolina). The project's long-term goal is to disseminate an effective hearing loss prevention education program that will help to reduce the prevalence and associated costs of noise-induced hearing loss and tinnitus in the veteran population. Ultimately, it is our intention to make the program available to all veterans, military personnel and other members of the general public by making the program accessible through the internet and medical center facilities throughout the country. Specific requirements for the enclosures include: Specific requirements for the enclosures include: (see also attached drawing) "Wheelchair accessible. "Exterior dimensions: 8 feet long, 6 feet wide, 7 feet high "Meets or exceeds American National Standards Institute (ANSI) standards for conducting high-frequency hearing screening. "Hospital grade interior electric lighting and power supplies. "Large, double pane sound attenuating plexi-glass windows in walls and door to optimize natural lighting while mitigating extraneous external noise contaminants. "Ventilation system that does not cause detectable noise interference. "Customization, such as installation of a large plasma video screen on the exterior; locking interior cabinetry to securely house the non-networked personal computer, touch screen monitor and printer interfaces; interfaces between the interior computer, exterior plasma video screen, and "IN USE" sign near the door; and a large selection of color schemes and designs for the interior and exterior. "Constructed in a way that allows them to be readily shipped, assembled, and disassembled multiple times without a loss of integrity or functionality. Constructed to withstand excessive wear and tear brought about during utilization by thousands of unsupervised participants. Specific requirements for the computer programs & graphical interface software include: "Development of a computer program that will enable participants to conduct a self-administered screening test of their high-frequency hearing according to standards of the American National Standards Institute (ANSI). "Development of a computer program that will enable participants to assess the attenuation and fit of their own ear plugs. "Development of computer graphical interface software that will enable participants to access and interact with all components of the educational program, including the hearing screening test and ear plug evaluation via touch screen monitor. The interface must be attractive and intuitive, easy to use, and must encourage participants to interact with the program. Features such as user prompts and timed reboots must be included to ensure smooth operation of this unsupervised, computer-based educational program. "Development of computer programs that will allow participants to print results of their hearing screening results and other information. "Development of computer programs that will control the exterior plasma video screen display Other requirements: "Development and fabrication of the enclosures, computer programs, graphical interface software and all associated components needs to take place in the vicinity of Portland, Oregon so that the NCRAR JIF Program Manager and Project Coordinator are able to direct and oversee every stage of the project closely, and to meet with the production team as often as needed. "The contractor must integrate physical components of the environment with the computer, graphical interface, touch screen monitor and printer modules Price Schedule: Item No.DescriptionQtyUnitUnit Price Total Price 0001Sound Booth3Each$$ 0002Software Creation and Installation1Copy$$ 0003Project Management3Jobs$$ 0004Installation of Booths3Jobs$$ 0005Custom Made Crates for Shipping3Each$$ Delivery: "Complete fabrication of enclosures, computer programs, graphical interface software and all associated components within 6 months after receipt of order (ARO) "Delivery of enclosures and all associated components to Fort Lewis (Washington), Fort Bragg (North Carolina) and Portland VA Medical Center
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=297ab2540a987d0b90781792e144e3c5&tab=core&_cview=1)
- Record
- SN01757773-W 20090228/090226220402-297ab2540a987d0b90781792e144e3c5 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |