Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 02, 2023 SAM #7887
SOURCES SOUGHT

65 -- AUDIOLOGY BRAINSTEM RESPONSE UNITS

Notice Date
6/30/2023 2:20:37 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1365
 
Response Due
7/7/2023 4:00:00 PM
 
Archive Date
07/22/2023
 
Point of Contact
Bridgett Sharma, Contract Specialist, Phone: 562-766-2259
 
E-Mail Address
Bridgett.Sharma@VA.gov
(Bridgett.Sharma@VA.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 Employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA) VISN 22 Long Beach Network Contracting Office is seeking sources who can possibly provide an Auditory Brainstem Response (ABR) Unit that at a minimum meet the brand name and/or can possibly provide an equal product for the VA Phoenix Healthcare System. Brand Name Information: Manufacturer & Part Number: Interacoustics, Part # 8510949 Description: Eclipse EP25 2chn ABR system test: ECOG, ABR, MLR, LLR, MMN, P300, Transducers: Insert phones, bone conduction oscillator. EP features: auto peak picking; Bayesian weighting. objective waveform analysis, BB and NB CE Chirps. Manufacturer & Part Number: OtoAccess Description: OtoAccess Database Manufacturer & Part Number: Interacoustics, Part # 8521518 Description: Eclipse Cart Add-on Kit - Features: mini Windows 10 Pro PC; wireless keyboard and mouse; 5 USB ports; HDMI widescreen monitor. Manufacturer & Part Number: Interacoustics, Part # 8521137 Description: EP Pro Mobile Cart Manufacturer & Part Number: Interacoustics, Part # 8511215 Description: easyScreen cart power strip Manufacturer & Part Number: Hewitt Packer Description: Officejet 200 Printer Equal-to-Product Information: Main Component: ABR unit Main Component: Patient management software designed for audiology Main Component: Personal computer Main Component: Computer accessories: keyboard and mouse Main Component: Computer monitor Main Component: Cart with power strip Main Component: Printer Salient Characteristics: Must be capable of testing both parts of the inner ear: the vestibular portion utilizing a Vestibular Evoked Myogenic Potential (VEMP) and the auditory pathway up the brain using an Auditory Brainstem Response (ABR) The provider must be able to define the testing parameters to isolate the target evoked potentials (EP) and evaluate the latency and amplitude of the response to make diagnoses and recommendations Must offer the following test types: ABR (auditory brainstem response), ECochG (electrocochleography), MLR (middle-latency responses), LLR (late-latency responses), SN10, P300 (positive wave)/MMN (mismatch negativity), eABR (electrical auditory brainstem response), oVEMP (ocular vestibular evoked myogenic potential), cVEMP (cervical vestibular evoked myogenic potential), and ASSR (auditory state-state response): binaural testing with 4 frequency simultaneous testing per ear Waveform analysis must include the following: ECochG-Area and SP/AP (summating potential-to-action potential) ratios, Bayesian weighting, digital filters, split alternating wave form into rarefaction and condensation components, cross correlation of waveforms, and automatic SNR (signal-to-noise ratio) and residual noise calculation Must be integrated with a pre-amplifier Must have digital filter with multiple stimuli options for quick and efficient testing of evoked potentials and otoacoustic emissions and auditory steady-state responses Must come with the following transducers: insert phone, bone conduction oscillator, headphones, OAE (evoked otoacoustic emissions) probe, and speaker Must meet the ISO 13485 certified quality standards For patient safety, must be compliant the following: Safety and Electromagnetic compatibility (EMC) - IEC 60601-1, Type B and BF applied parts, IEC 60601-1-2, IEC 60601-2-40 Calibration and Test Signal - ISO 389-2, ISO 389-6, IEC 60645-3 OAE: IEC 60645-6: 2009, Type 1 EP (ABR): IEC 60645-7: 2009, Type 1 Protection from Fluids: IPX0 Ordinary equipment Must come with a patient management software designed for audiology Software must be HIPAA compliant Software must be compatible with the VA s Electronic Health Record (EHR) VistA Software must be compatible with the Noah system already implemented at the VA Phoenix Healthcare System Must come with a cart, a personal computer (PC) that will fit on the cart, a keyboard, a mouse, five or more USB ports, computer monitor that will fit on the cart, power strip, and printer PC must utilize an operating system compatible with VA network and authorized by the VA Office of Technology (e.g., Windows 10 Pro) The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items"" meet all the salient characteristics. (13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Bridgett.Sharma@VA.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, July 7, 2023, by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued because of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8f8cefa48e244da894087cb803dd0af5/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Phoenix Healthcare System 650 East Indian School Road, Phoenix, AZ 85012, USA
Zip Code: 85012
Country: USA
 
Record
SN06734788-F 20230702/230630230048 (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.