Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 07, 2024 SAM #8381
SOURCES SOUGHT

65 -- Interacoutics Titan Brand Name Only This is not a Request for Quote

Notice Date
11/5/2024 12:29:19 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0059
 
Response Due
11/8/2024 12:00:00 PM
 
Archive Date
11/13/2024
 
Point of Contact
Jason May, Contract Specialist, Phone: 412-822-2227
 
E-Mail Address
Jason.May2@va.gov
(Jason.May2@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), Pittsburgh VA Healthcare System University Drive Campus is seeking information and potential qualified sources capable of meeting the following minimum requirements for the Interacoustics Titan. STATEMENT OF NEED Interacoustics Titan V4 Middle Ear GENERAL: The Audiology and Speech Pathology department is requesting a new (Brand Name Only) Interacoustics Titan V4 due to the expansion of Audiology Services at the West Norriton Community Based Outpatient Clinic (CBOC). BACKGROUND: Expansion of Audiology Services have increased to our two clinical care facilities in Pittsburgh (HJH and University Drive locations). With addition of increased personnel, additional equipment is required for patient care. SCOPE: Interacoustics Titan V4 (DPOAE, tymanometer) with Transient Evoked Otoacoustic Emissions is a multi-use piece of equipment providing an objective test allowing the clinician to measure the inner hair functionality of a person s inner ear which does not require any subjective response from the Veteran and gives valuable information about the Veteran s hearing sensitivity objectively. The success of recording distortion product optoacoustic emissions is inheritably dependent upon the compliance of the middle ear system. Many of older Veteran s experience Eustachian tube dysfunction, in which the muscles of the Eustachian tube do not open and close as easily, as they age. Hence the accurate recording of distortion product optoacoustic emissions is compromised in many cases. The specifications of the Interacoustics Titan DPOAE, tymanometer) with Transient Evoked Otoacoustic Emissions and found that it is the only DPOAE system which offers pressurized DPOAE measurements at maximum compliance values, which in turn allows for more robust signal to noise rations with patients that have negative middle ear pressure. The Titan is a multifunctional screening and/or diagnostic device that interfaces with integrated audiologic software modules on a PC or can be operated as a standalone handheld device. Depending on the installed software modules, it can perform: Impedance and Wide Band Tympanometry (IMP440/WBT440), Distortion Product Otoacoustic Emissions (DPOAE440), Automated Auditory Brainstem Responses (ABRIS440), and Transient Evoked Otoacoustic Emissions (TEOAE440). IMP440 also delivers tympanometry through advanced technologies. These include: Endless airflow pressure control technology, high resolution recordings and an intelligent pump system with an adaptive speed control around the tympanic peak. This brand name only system is an upgrade on the one we use with advancements in technology, with the purchase being a one for one replacement of the upgraded models of the same product. Being that this next generation of the Titan Clinical Middle Ear Analyzer, providers will already have familiarity with the system. PERFORMANCE MONITORING: Training and Installation needed. SECURITY REQUIREMENTS: N/A OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: Identification of possible follow-on work: not applicable Identification of potential conflicts of interest (COI): No COI anticipated. Identification non-disclosure requirements: not applicable. Risk control: not applicable PLACE OF PERFORMANCE: Pittsburgh VA Medical Center Attn: Warehouse-Bio-Med University Drive C. Pittsburgh, PA 15240 The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR/POC once a ship date is established. The COR/POC, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR/POC. Failure the coordinate shipment with COR/POC, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. PERIOD OF PERFORMANCE: Delivery shall occur within 30 days of receipt of contract or must occur within the timeframe designated by the Federal Government. DELIVERY SCHEDULE: The Contractor must comply and provide all necessary information to VAPHS. Otherwise, the delivery may be refused and require redelivery at no additional cost to the government. Normal business hours for acceptance of deliveries are 8:00am-3:30pm, Monday thru Friday excluding Federal Holidays. Deliveries must be coordinated in advance with COR/POC once a ship date is established. The COR/POC, Biomedical Engineering and/or Logistics Representative shall be the only VA entity signing for freight received on this requirement. The VA-issued purchase order number must be included in the packing slip. All items included in the requirement shall be shipped and delivered to site at same time. If deliveries must be broken into several shipments due to size, this must be coordinated in advance with the COR/POC. Failure the coordinate shipment with COR/POC, may result in failure to deliver on site and cause re-scheduling of delivery/freight at no charge to the government. The packing slip must include the VA-issued purchase order number. WARRANTY OF EQUIPMENT: Contractor must provide manufacturer(s) warranty on equipment. Tuberculosis Prevention: Standard Personnel Testing (PPD, etc.): Contractor shall provide proof of the following tests for personnel within five (5) calendar days after contract award and prior to the first duty shift to the COR and Contracting Officer. Tests shall be current within the past year. TUBERCULOSIS TESTING: Contractor shall provide proof of a negative reaction to PPD testing for all contract personnel. A negative chest radiographic report for active tuberculosis shall be provided in cases of positive PPD results. The PPD test shall be repeated annually. COVID 19 Contractor shall provide evidence of vaccination records or a negative COVID testing result within 72 hours of planned onsite visitation. This is to include installation, training, maintenance, and repairs. Emergency repairs will be evaluated on a case-by-case situation. HIPAA Training Certificates If Contractor will be working onsite for installation and activation of equipment, all HIPAA training completion documentation must be provided to the COR listed in the awarded contract. Smoking: All VA Medical Center s property is smoke-free. Contractor personnel will comply with VA Medical Center s smoking policies. Violations will result in a warning and possible citation. Request for Information Instructions 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1,000 employees). Please answer 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 under this RFI? 3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, Can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees. Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. Take ownership or possession of the item(s) with its personnel, equipment, or facilities in a manner consistent with industry practice. Obtained an individual or class waiver? 1) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). 2) 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? 3) 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. 4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. 5) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? 6) 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. 7) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? 8) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. 9) Please provide your DUNS number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to Jason.May2@va.gov no later than, 3PM Eastern Standard Time (EST) on November 08, 2024, with 36C24425Q0059_1 in the subject line. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Jason May. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information or Questions will only be accepted in writing by e-mail to Contracting Specialist at Jason.May2@va.gov. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9b37f4bbaf964742b996868b0369ed59/view)
 
Place of Performance
Address: Department of Veterans Affairs Pittsburgh VA Healthcare System University Drive Campus University Drive, Pittsburgh 15240, USA
Zip Code: 15240
Country: USA
 
Record
SN07257785-F 20241107/241105230107 (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.