Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2021 SAM #7103
SPECIAL NOTICE

65 -- Audio Booth Audiometer Equipment - AMENDMENT - Brand Name

Notice Date
5/11/2021 7:18:05 AM
 
Notice Type
Special Notice
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0666
 
Archive Date
07/10/2021
 
Point of Contact
Louellen Butler, Contract Specialist, Phone: +1 (215) 823-5800 X4919
 
E-Mail Address
Louellen.Butler@va.gov
(Louellen.Butler@va.gov)
 
Awardee
null
 
Description
THIS SOURCES SOUGHT NOTICE 36C24421Q0666 is REPLACED WITH 36C24421Q0666-1. The intent of this Sources Sought Notice #36C24421Q0666-1 is to identify any Small Businesses, mainly any SDVOSB/VOSB vendors who are capable of providing Audio Booth Audiometer Equipment as listed in the attached Statement of Need. In addition, we are also seeking any Small Business manufacturers that have the capability of providing this system as well. These are for the VA Medical Center in Wilmington, PA 19805. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Business name, address, Point of Contact, Service-Disabled Veteran Owned Small Business info. All information is to be submitted via e-mail at Louellen.Butler@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 01:00 PM (EST) on Friday, May 21, 2021. No submissions will be accepted after this date and time. Questions can be submitted electronically to at Louellen.Butler@va.gov. This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.   STATEMENT OF WORK INTRODUCTION: The Altoona VAMC s has a BRAND NAME requirement for Audio Technology Specialist, LLC to procure the delivery, installation and training for new Audio Booth and Audiology Equipment for the Indiana Community Based Outpatient Clinic (CBOC) AND Huntingdon CBOC. The Altoona VA Medical Center has a growing demand for services in the Indiana CBOC and Huntingdon CBOC. Expansion of services for Audiology service at the two CBOC s will result in an increase in Veteran use of VA audiology services, improved Veteran satisfaction, as well as increasing the recruitment incentives for new Veteran patients who may initially only come for the audiology services. SCOPE OF WORK Provide all necessary labor, materials and expertise in order to deliver, unpack, install, configure, and provide training for an Audiology Booth and Audiology Equipment (listed below) at each CBOC. The Altoona VA Medical Center is located at 2907 Pleasant Valley Blvd, Altoona, PA 16602. WORK REQUIREMENTS: The Contractor shall provide white glove service, which will include all necessary labor, materials and expertise in order to deliver, unpack, install, configure, network, and test the installed equipment to ensure it is functioning as designed. The Contractor shall be responsible for removing all packaging debris during and at the completion of installation. The contractor shall train Altoona VAMC staff as determined by the Contracting Officer (CO) or the Altoona VA Program Requestor. The schedule, location, and the number of staff to be trained will be coordinated with the Contractor at the time of or soon after equipment installation. The Contractor shall provide a Program Manager to oversee the project and provide adequate supervision for contract personnel. GENERAL REQUIREMENTS: The contractor shall conduct the following tasks: Provide serial # s for each of the listed equipment at least 1 workday in advance to the following to allow equipment records to be created and Biomed to be notified: Suzanne.Yonts@va.gov, Theodore.Simpson@va.gov, Tiffany.Schroeder@va.gov, vhaaltbiomed@va.gov. Deliver, unpack, and remove the packing and shipping debris. Install, configure, test, and calibrate all system components to ensure the system functions as designed and the desired outcomes are achieved. Train facility staff and Biomedical personnel with regard to Onsite Training as listed Salient Characteristics SOUND BOOTHS: Industrial Acoustics 40a-5 Single Walled Audiometric Sound Booth Huntingdon CBOC I.D. 6'-2"" x 6'-2"" x 6'-6"" - O.D. 6'-10"" x 6'-10"" x 7'-7"" Booth will be placed in the lower level room of the CBOC, which is 13'6"" x 8'6"" No floor option for Huntingdon Additional Duplex Outlets (so total of two and you can locate them where needed) Upgrade to 36"" Door Enhancement Package for IAC 40a-5 booth Industrial Acoustics 40a-5 Single Walled Audiometric Sound Booth Indiana CBOC I.D. 6'-2"" x 6'-2"" x 6'-6"" O.D. 6'-10"" x 6'-10"" x 7'-7"" Booth will be placed in the ground floor level room of the CBOC (medical director room) No floor option for Indiana Additional Duplex Outlets - Upgrade to 36"" Door Sound Booth Installation - Enhancement Package for IAC 40a-5 booth AUDIOLOGY EQUIPMENT 2 each of the following: (one of each for Huntingdon CBOC and one of for Indiana CBOC): GN Otometrics, Astera Clinical Audiometer without HDA: Includes: Insert Phones TDH Headphones Bone Conduction Tabletop Talk Back Microphone Talk Forward Microphone Monitor Headset with Boom Microphone Assistant Headset Pre-loaded Speech materials Pre-loaded User tests Integrated Power Amplifier (6 X 6 Booth) Patient Hand switch OTOsuite Software Astera High Frequency Option, including headset (Hi -Freq cal req'd) ACP (Audiometer control panel) Amplifier, Sound Field, 95dB Astera Installation and training Otometrics Otocam 300 Zodiac SA Diagnostic Middle Ear Analyzer Includes: Classic Probe, Contralateral Insert Phone, Built-in Printer, Zodiac Installation and training AURICAL (PMM & C&S) without Hi-Pro Installation and training for Aurical PLACE OF PERFORMANCE: Audiometric Sound booths and Audiology Equipment to be shipped directly to respective CBOC s: Huntingdon CBOC 13903 William Penn Hwy Mapleton Depot, PA 17502 Indiana CBOC 1570 Oakland Ave Indiana, PA 15701 Equipment delivery must be submitted for receipt Monday Friday, 6:30 AM 3:00 PM, excluding government holidays. 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): https://www.acquisition.gov/ https://www.va.gov/oal/library/vaar/index.asp 52.204-13 System for Award Management (OCT 2018) 52.204-18 Commercial and Government Entity Code Reporting (JUL 2016) Grey Market Items- 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 remanufacturers or gray market items will be acceptable. Vendor 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 to 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. (End of provision) Evaluation of this requirement will be based on PRICE and PAST PERFORMANCE. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: 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): https://acquisition.gov/far 52.204-13 System for Award Management Maintenance (OCT 2018) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.219-6 Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) (End of Clause) CLAUSES: 852.203-70 Commercial Advertising (JAN 2008) 852.211-70 Equipment Operation and Maintenance Manuals (NOV 2018) 852.212-71 Gray Market Items (APR 2020) 852.219-6 VA Notice of Total Small Business Set-Aside (DEVIATION 2019-01) 852.219-74 Limitations on Subcontracting Monitoring and Compliance (JUL 2018) 852.232-72 Electronic Submission of Payment Requests (NOV 2018) 852.246-71 Rejected Goods (OCT 2018) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items (MAY 2019) (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (v) is met and provide authorized distributor documentation of products offered. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. This is an open-market combined synopsis/solicitation for equipment as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" Quoter shall list exception(s) and rationale for the exception(s). (XIV) Quotes must be emailed to Louellen.Butler@va.gov and received no later than 01:00 P.M. EST on Friday, May 21, 2021. Quote may be submitted on this document or the vendor s own form. Please include Point of Contact name, phone number, and email with response. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only emailed quotes sent to Louellen.Butler@va.gov will be accepted. Point of Contact Any questions or concerns regarding this solicitation should be submitted in writing to the Contracting Officer, via email to Louellen.Butler@va.gov. End of Doc
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fb6da4ab5a064b86a57c93bc289ded0b/view)
 
Record
SN05997685-F 20210513/210511230053 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.