Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 17, 2010 FBO #2976
SOLICITATION NOTICE

65 -- Electrodiagnostic equipment to support a traumatic brain injury study

Notice Date
1/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
RDECOM Contracting Center - Natick R&D (RDECOM-CC), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
N6311610MP00034
 
Response Due
1/21/2010
 
Archive Date
3/22/2010
 
Point of Contact
John Conlin, 508-233-6039
 
E-Mail Address
RDECOM Contracting Center - Natick R&D (RDECOM-CC)
(john.conlin3@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (i) INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 in combination with Subpart 13.5, 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. (ii) SOLICITATION TYPE This solicitation, numbered N6311610MP00034, is issued as a Request for Quote (RFQ). (iii) CURRENTNESS The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-37. (iv) SET ASIDE This acquisition is set aside 100% for small businesses under NAICS (v) REQUIRED ITEMS The government requires the following items: 0001: Hand-held sound level meter and real-time analyzer for audiometric calibration. Must include calibration firmwear, 1in microphone, 0.5in microphone, calibration adapter, and all accessories. Quantity 1 0002: Auditory evoked potential system with notebook computer and starter kit of supplies. Must include the following modalities: 2 Channel Pre AMP, EP, ASSR, Biomap, P300, MLR, LLR, EchoG. Quantity 1 0003: Acoustic Exam Room. Double-wall (individual room) construction, single or multiple occupancy room, constructed of 4 in. thick modular panels, complete with carpeted vibration isolated floor, space-saver roof mounted ventilation, recessed, electrical Noise-Lock doors and double glazed windows, audiometric jack panels acoustically matched and shipped ready for field assembly. Inside dimensions: 7ft4in x 5ft0in, Outside dimensions: 9ft4in x 15ft2in, Weight: 11,845 lbs. 0004: Stand-alone, two-channel, clinical audiometer, comprised of processing unit and the audiometry software. Audiometer must include multiple transducer outputs, preprogrammed setups in both tone & speech, speech discrimination lists integrated as wave files, customized user profiles, true two channel clinical audiometer, high frequency option, and an open platform for future technologies & integration (i.e. surround sound, speaker arrays, etc.). The processing unit can be used on a desktop or mounted in a sound booth, and connection from the hardware to PC is via a single USB cable. Accessories must include headphones, bone vibrator, talk-back microphone, headset microphone, patient response switch, CD player, insert phones, high frequency option, calibration, manual, and USB cable. Quantity 1 0005: Clinical middle ear analyzer providing reproducible and reliable measures for a full range of clinical tests. Analyzer must have the following characteristics: Handheld design; Fully customizable protocols; displays; and reports; Integrated reports (Audio + Tymp); Two-way PC integration; Full Clinical Test Battery; 226, 678, 800 and 1000 Hz probe tones; Intact, perforated and patulous ETF tests; Ipsi/contra reflexes, reflex decay and latency; Automatic and manual pump control; and High-resolution color display. Quantity 1 0006: Comprehensive clinical otoacoustic emission (OAE) instrument. Instrument must have the following characteristics: Supplied with clinical software; Full compliment of single-probe clinical tests; Upgradeable for dual-probe binaural testing; Programmable TE+DPOAE testing; Multi-level stimulus DP analysis; Battery-free, USB plug & play connection; Includes notebook PC. Quantity 1 0007: Illuminated portable binocular microscope with converging stereoscopic viewing system. Provides a magnified, three-dimensional view that can be focused into narrow cavities. A powerful halogen lamp shines cool light directly on the subject. Head-mounted, hands-free operation. Quantity 1 0008: Surgical otoscope, including optical head and power source. Quantity 1 0009: Active head rotation and dynamic visual acuity test with two-channel video eye tracking. Must be able to measure VOR gain, phase, and asymmetry in horizontal or vertical planes. Frequency range 0.5 to 5 Hz, velocity range: +/- 500 degrees per second. Includes camera, goggles, software, hardware, remote control, interface, laptop computer, and color ink-jet printer. Quantity 1 (vii) DELIVERY All of the items described above shall be delivered FOB Lake Avenue Corporate Center, 660 Southpointe Ct., Suite 110, Colorado Springs, CO 80906. All items listed above shall be delivered and installed no later than 31 February 2010. (viii) QUOTE INSTRUCTIONS The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference into this RFQ. Each Item shall be priced inclusive of shipping and, where applicable, installation charges. Vendor shall provide the terms of each quoted items standard commercial warranty. Vendor shall include the date by which the items listed above will be delivered and installed. (ix) EVALUATION OF QUOTES The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. Quotes will be evaluated on the following factors: Technical capability of the quoted item to meet the Governments requirement; Delivery/Installation schedule; and Price. The factors are listed in descending order of importance, and the non-price factors, when combined, are significantly more important than price. The Government intends to use a trade off process to determine which quote offers the best value; therefore, Vendors are cautioned that a contract may not necessarily be made to the lowest priced quote. (x) REPS & CERTS Vendors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their quotes. (xi) STANDARD TERMS & CONDITIONS The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference into this RFQ. (xii) STANDARD TERMS & CONDITIONS The clause at 52.212-5 DEVIATION, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items DEVIATION, applies to this acquisition and is incorporated by reference into this solicitation. (xiii) ADDITIONAL TERMS & CONDITIONS The following FAR and DFARS clauses apply to this acquisition and are incorporated by reference: 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.212-4 Contract Terms and Conditions--Commercial Items OCT 2008 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Dec 2008) (Deviation) 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees DEC 2004 52.222-50 Combating Trafficking in Persons AUG 2007 52.222-54 Employment Eligibility Verification SEP 200952.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.227-1 Authorization and Consent DEC 2007 52.227-2 Notice And Assistance Regarding Patent And Copyright Infringement DEC 2007 52.229-4 Federal, State, And Local Taxes (State and Local Adjustments) APR 2003 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.212-7001 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Applicable To Defense Acquisitions Of Commercial Items (Jan 2009) (Deviation) 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities DEC 2008 252.225-7013 Duty-Free Entry OCT 2006 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7010 Levies on Contract Payments DEC 2006 252.239-7001 Information Assurance Contractor Training and Certification JAN 2008 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.246-7000 Material Inspection And Receiving Report MAR 2008 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://farsite.hill.af.mil/farsite_alt.html (xiv) SUBMISSION OF QUOTES Quotes shall be submitted electronically to John Conlin via john.conlin3@us.army.mil. All quotes shall be submitted before 8:00am Eastern time on 21 January 2010. (xv) QUESTIONS Anyone with questions about this acquisition may contact the contract specialist, John Conlin, at 508-233-6039 or john.conlin3@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ae3191a772d3b6b5043a64770814aa46)
 
Place of Performance
Address: RDECOM Contracting Center - Natick R&D (RDECOM-CC) ATTN: CCRD-NA, Natick Contracting Division, Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02043716-W 20100117/100115235656-ae3191a772d3b6b5043a64770814aa46 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.