SOURCES SOUGHT
65 -- Clinical Tympanometer
- Notice Date
- 5/19/2021 12:41:39 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
- ZIP Code
- 33637
- Solicitation Number
- 36C24821Q0996
- Response Due
- 5/21/2021 12:00:00 PM
- Archive Date
- 06/20/2021
- Point of Contact
- Lakiesha Anderson, Contract Specialist, Phone: 561-422-8262
- E-Mail Address
-
lakiesha.anderson@va.gov
(lakiesha.anderson@va.gov)
- Awardee
- null
- Description
- Sources Sought Notice 36C24821Q0996 This is a Sources Sought Notice for a Clinical Tympanometer system that is used for daily diagnosing of hearing loss. This requirement is for the Miami Veterans Healthcare System (MVAHS). This Sources Sought Notice does not guarantee the issuance of an RFQ. If you have the ability to provide the requirement, please respond by May 21, 2021 at 3:00 pm EST to the sources sought notice to Contract Specialist Lakiesha Anderson at Lakiesha.anderson@va.gov. Phone calls shall not be accepted for this notice. Include in your response the following information: Company Name and Address DUNS Number Capabilities statement Website information Socioeconomic Size Status (e.g. Large, Small, WOSB, SDVOSB, etc.) Point of contact information (name, email, phone FSS or GSA Contract number, if applicable This sources sought notice is issued solely for information and planning purposes. It does not commit the Government to contract for any supply or service whatsoever. The VA is not, at this time, seeking quotes/proposals and will not accept unsolicited quotes/proposals. You may submit an informal quote/proposal to be used solely for market research purposes. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice; all costs associated with responding to this sources sought will be solely at the interested vendor s expense. Not responding to this sources sought notice does not preclude participation in any future Request for Quotes/Proposals, if any is issued. Any information submitted by respondents to this sources sought notice is strictly voluntary. All submissions become Government property and will not be returned. STATEMENT OF NEED GENERAL: The Miami Veterans Healthcare System (MVAHS) has a requirement for a Clinical Tympanometer. Salient Characteristics listed below. BACKGROUND: This medical equipment is an essential tool to the Audiology Services daily operations. The Audiology Service uses the below equipment daily for diagnosing hearing loss within our veteran population. The Ear, Nose, and Throat department also relies on our testing for their diagnoses and treatment. Since the audiometers are frequently out of calibration, we have concerns about the accuracy of our testing. PURPOSE: The equipment will enhance the ability of the Audiology Services staff to diagnose and treat hearing loss within our veteran population. This item will ensure continuity of care and allow us to continue providing the highest standard of care for the veterans at our facility SCOPE: Miami Veterans Medical Healthcare System is requesting contractors provide a Clinical Tympanometer that meets or exceed the physical, functional and performance of the listed salient characteristics in this section. The equipment feature is essential to the technical requirements to meet the need of the government. The Contractor has overall responsibility for and shall provide and furnish all materials, equipment, tools and labor as necessary or reasonably inferable to complete the Work, or any phase of the Work, in accordance with the Owner s requirements and the terms of the Contract Documents. SALIENT CHARACTERISTICS: Equipment must have the physical characteristics to enable the government to perform the capabilities: The middle ear analyzer must be a stand-alone system capable of full operation and direct report printing without a computer. The system must include the ability to interface to a computer with Noah-compatible software which is included. The middle ear analyzer must be able to provide: Tympanometry (screening and diagnostic) Acoustic Reflex Testing both IPSI and Contra (auto-threshold and manual) Acoustic Reflex Decay both IPSI and Contra Eustachian Tube Testing both for perforated and non-perforated ear drums Reflex Latency Testing High-Frequency Tympanometry (678 and 1,000 Hz) It must perform automated acoustic reflex threshold testing as well as provide for the manual manipulation of stimulus frequency, level and signal presentation. The system must provide for the automatic start of tympanograms for hand-held operation in both the screening and diagnostic modes. The middle ear analyzer must have the ability to program multiple user-customizable auto-sequences of testing. There must be a provision for handholding the probe assembly as well as inserting it into the patient s ear. The system must provide for remote test start and the ability to change ears on the probe assembly. The system must provide a fast screening mode with auto-start and the selection of auto-reflex thresholds (ipsi and/or contra). The system must save multiple tests in all test modes for inclusion in the report upon selection. The middle ear analyzer must calculate and display the ear canal volume in both the 226 Hz probe tone mode and the 1,000 Hz mode. The middle ear analyzer must incorporate a built-in color touch-screen display for all user controls and settings as well as all tympanograms, acoustic reflex, reflex decay, ETF and other test data. The system must provide a PDF test report and be compatible with the clinical two-channel audiometer, so that the report contains both audiometry and tympanometry with acoustic reflex data, etc. on a single-page report. The test report must be compatible with EMR systems. CLIN Qty Unit Description 0001 12 EA Clinical Tympanometer 0002 12 JB On Site Installation and Training PLACE OF DELIVERY: Warehousing Department, Bruce W. Carter Veterans Hospital, 1201 NW 16th Street, Miami FL 33125. INSTALLATION AND ASSEMBLY: Contractor shall coordinate Delivery and installation with the Contracting Officer Representative. All workmanship shall comply with all applicable manufacturer s requirements and standards. The Contractor shall properly and effectively protect all materials and equipment furnished during and after installation. Building materials, Contractor's equipment, etc., may be stored on the premises, but the placing of it shall be within an area designated by the Contracting Officer Representative (COR). When any room in hospital used as a shop, storeroom, etc., the Contractor shall be held responsible for any repairs, patching, or cleaning arising from such use. The Contractor shall schedule work/installation to impose a minimum of hardship on the present operations of the facilities and the performance of the work of other services within the hospital. NOISE CONTROL: Contractor shall coordinate equipment locations and timing or sequence of work operations with the COR as to avoid conflict with operations of the facilities DISPOSAL OF DEBRIS: Contractor shall clean up all material, debris, and rubbish from the building and Site, and legally dispose of. Contract shall leave all areas of work in broom clean condition. All debris shall be transported out of the building in covered carts with no materials extending above the cart rim. TRAINING: Contractor is to provide any training at installation of equipment (if applicable). Government will not require additional training. Contractor shall furnish a copy of its marked-up Record Documents and a preliminary copy of each instructional manual, maintenance and operating manual, parts catalog, wiring diagrams, spare parts, specified written warranties and like publications, or parts for all installed equipment, systems, and like items and as described in the Contract Documents. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. DELIVERY SCHEDULE: All items to be delivered and installed within 30 days of purchase order processing and order placement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0fc6fa5d1ce64b5a9c7bf113d980ba11/view)
- Record
- SN06007614-F 20210521/210519230121 (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 |