Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOLICITATION NOTICE

59 -- Acoustic Exam Suites

Notice Date
7/19/2010
 
Notice Type
Presolicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN17 Network Contracting Activity;7400 Merton Minter Blvd. (10N17/90C);San Antonio TX 78229
 
ZIP Code
78229
 
Solicitation Number
VA25710RQ0241
 
Archive Date
8/3/2010
 
Point of Contact
Ontre Boatman
 
E-Mail Address
Contract Specialist
(Ontre.Boatman@va.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR QUOTE: VA-257-10-RQ-0241 The Department of Veterans Affairs, South Texas Veterans Health Care System (STVHCS) Department of Audiology and Speech Pathology has a requirement for Audiology Sound Booths. This is a solicitation notice for commercial items, firm fixed price contract. Contractor shall provide all required labor, equipment, supplies, transportation, insurance, warranty and supervision to complete a turn-key installation and training to meet or exceed specifications. The Government anticipates awarding a single firm-fixed price contract to the contractor providing the best value for the Government, however reserves the right to make multiple awards. Technical elements are significantly greater than the price element. All elements are listed in order of importance. All offerors are advised to submit complete information in accordance with specifications and evaluation factors to be considered. (1) Technical: Acknowledgement of ability to acquire product; a copy of specifications and provide turn-key installation, (2) Past Performance: Please include three references consisting of same scope of work, (3) Warranty, Indicate Terms in statement of work, (4) Price: Quote for each line item to include GSA contract number (if applicable). All open market items must be identified and priced separately. In addition to the listed specifications and quantities, sound booth specifications are as follows: Sound suites shall meet acoustic attenuation guidelines established by OSHA, VA and TJC. Sound suites shall have acoustic wall panel construction, acoustic fill material, acoustic ventilation duct liners, acoustic ventilation silencer system, roof mounted supply and exhaust silencers with duct collars for 6" flex duct connections, clinical jack panels, USB connections, and cable pass-through. Sound booths shall have minimum two (2) duplex outlets beneath exam room window, surface mounted 6 outlet AC strip beneath control room window, two (2) each additional duplex outlets in each control and exam rooms. Sound suites shall have 36" clear opening acoustic doors, recessed conduit drops roughed in with pull wires for device installation (by others) as follows: One (1) each in control and exam for phone / network connection, one (1) each in control and exam for fire alert device. Interior surfaces of sound suites shall include features specifically designed to enhance system performance. As such, all interior surfaces of room walls shall be covered with an acoustical wall covering. Wall covering material shall have a minimum weight of 31 oz. / linear yard (48" width) and minimum thickness of 0.25". Material shall have a Class A Fire and Smoke Rating. Sound booths shall have electrostatic powder coat (zero VOCs) paint finish. Available maximum clearance in existing space from floor to bar joist is 9'10". Finished booth height cannot exceed 9 feet, to include ventilation. Contractor shall submit laboratory acoustical test data from a laboratory accredited by the National Bureau of Standards National Voluntary Laboratory Accreditation Program (NVLAP), which demonstrates that the contractor has the capability of producing and installing an audiometric suite that meets the following minimum requirements: This procurement will be performed in accordance with FAR 15.101-2, Lowest Price Technically Acceptable source selection process. The North American Industry Classification System (NAICS) code is 334510, size standard of 500 employees. All responses to written questions, which may affect offers, will be incorporated into a written amendment to the solicitation. RFQ packages shall not be faxed by the offerors. The solicitation will be made available from July 19, 2010 with a due date of August 03, 2010 by 3:00pm (Eastern Standard Time). Copies of the solicitation may be obtained at no charge at the Federal Business Opportunities System website https://www.fbo.gov. This solicitation will be available in electronic format ONLY. Dissemination is limited to electronic medium and the VA WILL NOT PROVIDE HARD COPIES. Any amendments issued to this solicitation will also be available at the URL address. After the solicitation has been posted, it is incumbent upon the interested parties to review the website frequently for updates to the documents. All responsible business sources may submit a quote and shall be considered. Offerors are responsible for downloading their own copy of the solicitation and amendments. Please direct all questions concerning this acquisition in writing to Ontre Boatman at e-mail ontre.boatman@va.gov. Be advised that all correspondence sent via e-mail shall contain a subject line that reads "RFQ for Acoustic System Exam Suites". TELEPHONE CALLS WILL NOT BE ACCEPTED. Contractors must be registered in Central Contractor Registration (CCR) at www.ccr.gov. In all requests, offerors must include solicitation number, title, your company name, phone & fax number, and primary point of contact. Solicitation package will include due date for submitting questions. Quotations shall be e-mailed directly to Ontre Boatman. Only quotations received by or before July 26, 2010 at 3:00pm EST shall be considered. ONLY ELECTRONIC QUOTATIONS WILL BE ACCEPTED. Please see solicitation for additional instructions. ADDITIONAL INSTRUCTIONS FOR SUBMISSION OF OFFERS 1. COMMUNICATIONS REGARDING THIS SOLICITATION TELEPHONIC REQUESTS FOR INFORMATION REGARDING THIS SOLICITATION WILL NOT BE HONORED. All questions MUST be submitted in writing via email NO LATER THAN 4:00 PM Central Standard Time, Monday, 26 July, 2010. Questions must be sent via EMAIL to ontre.boatman@va.gov. SUBJECT: VA-257-10-RQ-0241, AUDIOLOGY ACOUSTIC EXAM SUITES. File attachments should be no larger than 2MB. Answers to questions will be addressed via an amendment to the solicitation which will be posted on the Federal Business Opportunities web site at https://www.fbo.gov as soon as possible after the deadline for questions has closed. In the event multiple questions address the same issue, the Government reserves the right to answer a representative's question that best exemplifies the issue. A. QUOTATIONS - The offeror shall submit a quotation addressing the following evaluation criteria: (1) Technical: Acknowledgement: Demonstrate the ability to acquire and install products. Provide specifications for turn-key installation, (2) Past Performance: Provide three references consisting of same scope of work, (3) Warranty: Indicate terms and conditions, (4) Price: Quotation for each line item to include GSA contract number (if applicable 1. TECHNICAL ACKNOWLEDGEMENT The offeror shall describe technical expertise (techniques, methods, and processes) it plans to use to minimize risk and accomplish the tasks specified in the solicitation. The offeror shall address the manner and method of the planned execution of the required deliverables. The offeror shall discuss its technical expertise to cover all aspects of the solicitation with emphasis on providing Acoustic Exam Suites. Clarity, completeness and conciseness are essential, and the quality of the quotation should be representative of the offeror's product. The page limitation for Technical Acknowledgement is 30 pages. Pages in excess of the limitation will not be considered. 2. PAST PERFORMANCE - The offeror shall submit three references. The quotation shall clearly demonstrate past performance that is relevant to the RFQ items. This includes, but is not limited to, the offeror's record of (1) meeting milestones; (2) timely submission of deliverables; and (3) technical competency. The offeror's quotation must include at least three relevant past/current performance examples within the last five years. If the offeror has been in business less than three years, previous relevant experience from the offeror's principals or key personnel may be provided. The information shall contain the following: Project or Contract Title Contract Number, contracting agency, type of contract and total contract dollars Date of contract and period of performance Firm or Government agency for which work was performed Point of Contact (Contracting Officer or Contracting Officer's Representative). Name, title, address, and telephone number Brief description of how the cited work is the same as the proposed effort. Offerors that propose to use subcontractors (or teaming arrangements) to perform major or critical aspects of this requirement must provide the above information on each of the subcontractors or team members. Offerors shall have past/current customers complete the Past Performance Questionnaire (Attachment I). Past/current customers must submit the questionnaire directly to ontre.boatman@va.gov. or FAX: 210-694-6300, prior to the closing of the solicitation. There is no page limitation for Past Performance. 3. WARRANTY The offeror shall provide terms and conditions of warranty. 4. PRICE The offeror shall provide FOB pricing for each line item. Provide prices that both address the reasonableness and the cost realism of the quoted prices. Information submitted shall be inclusive of all option prices. PAST PERFORMANCE QUESTIONNAIRE INSTRUCTIONS FOR OFFICIAL USE ONLY - SOURCE SELECTION SENSITIVE WHEN COMPLETED Past Performance Questionnaire The Department of Veterans Affairs South Texas Veterans Health Care System (STVHCS), Audiology and Speech Pathology Department has a requirement for the installation of Acoustic System Exam Suites. The information obtained from this questionnaire will be utilized to evaluate the past and present performance of offerors submitting quots in response to VA-257-10-RQ-0241. The information you provide will be instrumental in allowing the Government to evaluate how well the contractor performed under your contract(s). As part of the procurement process, an increased emphasis is being placed on past performance as a source selection factor. In order to accurately evaluate the offeror's past performance, your assistance is requested in obtaining and verifying the past performance history of this offeror. Two forms are provided to complete the evaluation: 1) Performance Rating Form; and 2) Supplemental Comment Form. The following standards shall be used in arriving at the rating: Outstanding Contractor's performance exceeded customer expectations and was technically acceptable, providing significant features or benefits. Satisfactory Contractor met customer expectations or contract requirements and demonstrated an acceptable understanding of the requirements. Unsatisfactory Contractor's performance was either marginal or did not meet customer expectations or contract requirements. Other If the element is not applicable, indicate with "N/A." If no data has been obtained or additional comments are provided, please note in this column. Thank you for your time and participation. Performance Rating Form NAME OF COMPANY EVALUATED: ADDRESS OF COMPANY EVALUATED: CONTRACT NUMBER CONTRACT PERIOD OF PERFORMANCE CONTRACT VALUE CONTRACT TYPE CONTRACTING OFFICER NAME, ADDRESS, FAX AND TELEPHONE NUMBER, AND EMAIL ADDRESS TYPE OF SERVICES PERFORMED (ACTIVITY): NAME OF EVALUATOR, COMPANY/AGENCY, ADDRESS, FAX AND TELEPHONE NUMBER AND EMAIL ADDRESSDATE EVALUATION PROVIDED Performance ElementOutstandingSatisfactoryUnsatisfactoryOther Technical Performance (Quality of Product or Service) 1. QUALITY OF TECHNICAL APPROACH (For example: Were the services comprehensive, complete, and feasible? (Met the needs, performed successfully, and accommodated changing requirements.) 2. UNDERSTANDING OF REQUIREMENTS (For example: Did the contractor show an understanding of the scope of the requirements and an appreciation of the complexity of the requirements? And did the contractor effectively identify flaws, inconsistencies and other inaccuracies in your technical direction?) Timeliness of Performance 3. EFFECTIVE AND EFFICIENT USE OF RESOURCES (For example: Was the contractor able to obtain in a timely manner the amount and type of personnel resources required to support the project, effectively train personnel to perform the work required for the project, and maintain the required workforce throughout the term of the contract?) 4. TIMELINESS OF PERFORMANCE (For example: Was the contractor successful in planning and proposing realistic schedules, monitoring performance, completing work on time, and implementing corrections/changes in a timely manner?) Quality / Customer Satisfaction 5. QUALITY OF PERFORMANCE/CUSTOMER SATISFACTION (For example: Was the contractor committed to customer satisfaction?) 6. BUSINESS BEHAVIOR (For example: Was the contractor reasonable and cooperative at the corporate and program levels in response to changes in technical direction, correcting errors, poor performance, criticism/rejection of contract deliverables and other quality issues?) 7. COMMUNICATION (For example: Did the contractor work and communicate well with contracting officers, contracting officer's technical representatives, end users, other contractors, subcontractors, and in-house staff?) Cost Control 8. COST CONTROL (For example: Was the contractor successful in planning and proposing realistic costs, monitoring performance, operating at or below budget, and implementing corrections/changes in a cost effective manner?) FOR #9, PLEASE ANSWER "Yes" or "No", as appropriateYESNO 9. Given the choice, would you do business with this contractor again? Additional Comment Form Please provide any additional comments regarding your performance element ratings in the space below. Please add additional pages as necessary.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VASTHCS/VASTHCS/VA25710RQ0241/listing.html)
 
Record
SN02209752-W 20100721/100719234311-30ce69ec80af04100c56e778168be42a (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.