SOLICITATION NOTICE
65 -- FORECASTED (ME) 442 Grayson Stadler AudioScan (VA-20-00036711)
- Notice Date
- 9/2/2020 10:25:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25920Q0616
- Response Due
- 9/8/2020 12:00:00 PM
- Archive Date
- 09/23/2020
- Point of Contact
- Val Juarez, Contract Specialist, Phone: 303-712-5841
- E-Mail Address
-
valaria.juarez@va.gov
(valaria.juarez@va.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- Request for Quote (RFQ) #: 36C25920Q0616 Cheyenne Audiology: Brand Name or Equal Verifit 2 Audioscan, HIT, NOAH Module, and GSI Tympstar Pro This is a combined synopsis/solicitation for Brand Name or Equal to Verifit 2 Audioscan, Test Box (HIT), NOAH Module, and GSI Tympstar Pro 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 10:00pm MST, 09/04/2020 All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to valaria.juarez@va.gov no later than 1:00pm MST, 09/08/2020. Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is 36C25920Q0616. The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of 1250. This solicitation is a 100% set-aside for Small Business. List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description: Audioscan Verifit 2 Clinical REM/HIT MFG PART# 3547 Make/Model Equivalent: 1 EA ____________ ____________ 0002 Description: Etymonic Design NOAH Module MFG PART# VA-201 Make/Model Equivalent; 1 EA ____________ ____________ 0003 Description: GSI Tympstar Pro Includes: 8101894 IP30 Insert Contra Phone ; 8013167 Probe Mount - Shoulder; 8013166 Probe Mount - Wrist; 8006690 Probe Mount - Clip Assembly; 8108913 Probe House Mount Kit; 8108506 Wireless Keyboard; 8109427 Ear tip Sample Kit (3-18.5mm) ; 8108227 Calibration Test Cavity; 8108100 Probe Tube Replacement Kit; 8109405 Probe Tip Replacement Kit (3); 8107449 Cleaning Cloth (display); 8108944 Probe Floss Cleaning Kit; 8109060 GSI Suite Flash Drive Bundle; 8108329 TympStar Pro Software and Manuals Bundle, USB Flash Drive; 8107469 TympStar Pro Quick Guide ; 8011241 USB Cable, A/B (2m); 8108380 USB Active Extension Cable (10m); 8011399 Power Cord (US) MFG PART# 8108266 Make/Model Equivalent; 1 EA ____________ ____________ 0004 Description: Calibration for altitude in our Longmont CO office MFG PART# 8026 Make/Model Equivalent; 1 EA ____________ ____________ GRAND TOTAL ____________ Description of Requirements for the items to be acquired (salient characteristics); VERIFIT 2 AUDIOSCAN to include: REAL-EAR (REM) Per IEC 61669/ANSI3.46?? REM Speakers dual 5 x 9 cm w/ ducted ports Probe modules dual probe and ref. microphones Probe microphone tube silicone 1 mm diameter x 75 mm Analyzer frequency range 200 16000Hz Analyzer filter parameters tones, warble 1/12 octave speech, noise 1/3 octave Analyzer display range 200 12500 Hz Probe microphone noise floor (200 12500 Hz) 25dB Analyzer frequency range 200 16000 Hz Analyzer filter parameters tones 1/12 octave speech, noise 1/3 octave Analyzer display range 200 12500 Hz Coupler microphone noise floor (200 12500 Hz) <40 dB SPL Frequency accuracy 1% Measurement dynamic range 30 135 dB SPL (200 2500 Hz) 30 140 dB SPL (2500 12500 Hz) Speech-like stimuli calibrated speech (level and spectrum), ISTS, band-limited and s/sh for verifying frequency lowering, live speech Broadband noise stimuli tone burst, pseudo-pink noise Narrowband stimuli pure tone User supplied stimuli WAV file, auto level Test stimulus levels 40 90 dB in 5 dB steps Test stimulus distortion (tone) <2% at 90 dB SPL <0.5% at 70 dB SPL Measurement accuracy at 1 kHz (CAL position) +/- 1 dB Measurement accuracy re 1 kHz 200 2000 Hz +/- 1.5 dB SPL 2000 8000 Hz +/- 2.5 dB SPL 8000 12500 Hz +/- 4 dB SPL Equalization modified pressure method concurrent and stored Harmonic distortion measurement 2nd and 3rd or 2nd plus 3rd Harmonic distortion range 200 4000 Hz Harmonic distortion accuracy +/- 1% Battery drain range (+/- .01 mA) 0 20 mA Battery drain accuracy +/- 5% Telecoil loop accuracy +/- 3 dB Telecoil stimulus 31.5 mA/m per ANSI S3.22 NOAH Module Data exchange between specific Audioscan hearing devices (the real-ear hearing aid analyzer) and a personal computer (PC) running a NOAH database. Data can be transferred to the PC for viewing and storage within a NOAH-compatible client module. NOAH has been VA TRM Approve with constraints. GSI Tympstar Pro to include: 8101894 IP30 Insert Contra Phone 8013167 Probe Mount - Shoulder 8013166 Probe Mount - Wrist 8006690 Probe Mount - Clip Assembly 8108913 Probe House Mount Kit; 8108506 Wireless Keyboard; 8109427 Ear tip Sample Kit (3-18.5mm) 8108227 Calibration Test Cavity 8108100 Probe Tube Replacement Kit; 8109405 Probe Tip Replacement Kit (3) 8107449 Cleaning Cloth (display) 8108944 Probe Floss Cleaning Kit; 8109060 GSI Suite Flash Drive Bundle 8108329 TympStar Pro Software and Manuals Bundle, USB Flash Drive 8107469 TympStar Pro Quick Guide 8011241 USB Cable, A/B(2m) 8108380 USB Active Extension Cable (10m) 8011399 Power Cord (US) Altitude Calibration is needed. Delivery and acceptance are to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at the Cheyenne VAMC 2360 E. Pershing Blvd.; Cheyenne, WY 82001. 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Offerors providing an or equal product(s) must adhere to the terms in FAR 52.211-6. If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Government s needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must Meet the salient physical, functional, or performance characteristic specified in this solicitation; Clearly identify the item by- Brand name, if any and Make or model number, Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. The contracting officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the contracting officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation Any award made as a result of this solicitation will be made on an All or Nothing Basis. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Technical Capability and (II) Price Volume I - Technical Capability The offeror shall submit specifications, cut sheets, or brochures confirming the equal products, including equal products of the brand name manufacturer submitted, meets the salient physical, functional, or performance characteristic specified in this solicitation. The product(s) quoted must be identified by brand name, if any, and make or model number. Volume II Price Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: This is FAR Part 13 acquisition utilizing Lowest Price Technically Acceptable (LPTA) procedures. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government considering price and other factors. The following factors shall be used to evaluate offers: Technical Capability The Government will evaluate equal products on the basis of information furnished by the offeror or identified in the offer. The Government is not responsible for locating or obtaining any information not identified in the offer. The product(s) quoted is determined technically acceptable provided it meets the salient physical, functional, or performance characteristic of the product(s) specified in this solicitation. Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. Offers that do not meet the technical capability requirements of the Statement of Work shall not be selected regardless of price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 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) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 52.252-2, Clauses Incorporated by Reference (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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: The following VAAR clauses are to be incorporated by reference: 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to valaria.juarez@va.gov by 1:00pm MST, 09/08/2020. Name and email of the individual to contact for information regarding the solicitation: Val Juarez Valaria.juarez@va.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/02f21a4b715b4e9e96882ef4ca412672/view)
- Place of Performance
- Address: Department of Veteran Affairs Cheyenne VAMC 2360 E. Pershing Blvd., Cheyenne 82001
- Zip Code: 82001
- Zip Code: 82001
- Record
- SN05784829-F 20200904/200902230145 (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 |