DOCUMENT
65 -- Middle Ear Analyzer - Attachment
- Notice Date
- 8/7/2017
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;5342 Dudley Blvd, Bldg 209;McClellan CA 95652-2609
- ZIP Code
- 95652-2609
- Solicitation Number
- VA26117Q0933
- Response Due
- 8/11/2017
- Archive Date
- 9/10/2017
- Point of Contact
- Christopher Rodriguez
- E-Mail Address
-
3-4504<br
- Small Business Set-Aside
- N/A
- Description
- VA261-16-N-0931 Page 2 of 6 Table of Contents SECTION B 3 B.1 PRICE/COST SCHEDULE 3 Item Information 3 B.2 FOB POINT: Destination 9 B.3 DELIVERY SCHEDULE 9 SECTION C 9 C.1 INSTRUCTIONS TO OFFERORS 9 C.2 SALIENT CHARACTERISTIC 12 This document is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. The evaluation of offers received in response to the solicitation will use a tiered or cascading order of precedence. Tiered evaluation of offers, also known as cascading evaluation of offers, is a procedure used in negotiated acquisitions when market research is inconclusive for justifying limiting competition to small business concerns or sub-categories of small business concerns. The contracting officer (1) Solicits offers from both small and other than small business concerns that will be evaluated in the following tier order: (a) service-disabled veteran-owned small business (SDVOSB); (b) veteran-owned small business (VOSB); (c) all other small business concerns; (d) other than small business. (2) If an award or a sufficient number of awards cannot be made at the first tier, evaluation of offers will proceed at the next lower tier until an award or a sufficient number of awards can be made. The proposed contract action is for supplies or services for which the Government intends to solicit. Interested persons may submit offers, and all eligible offers received prior to 1:00 PM PDT August 11th, 2017 will be considered by the Government. The NAICS code is 334516 and the size standard is 500 Employees. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 effective, July 14, 2016. Products shall be supplied in accordance with the specifications, terms and conditions contained herein. In addition, the following FAR and VAAR clauses will also apply. Thank you. VA Northern CA Health Care System 10535 Hospital Way Mather, CA 95655-4200 requires the following items, Salient characteristics: SECTION B B.1 PRICE/COST SCHEDULE Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Grason Stadler Tympstar Pro Clinical Middle Ear Analyzer Part # 8108266 1.00 EA _______________ ________________ 0002 Installation & In-Service Training Part # 8070 1.00 EA _______________ ________________ GRAND TOTAL B.2 FOB POINT: Destination B.3 DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE ALL VA Northern CA Health Care System 10535 Hospital Way Mather, CA 95655-4200 All Quantities 30 DAYS ARO SECTION C C.1 INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 1:00 PM PDT August 11th, 2017. Alternate system submission: Offerers submitting alternate items must provide technical information sufficient for a lay person to determine acceptability. Information will not be paid for by the government nor returned to the supplying party. The information will be used to determine product acceptability. Lack of sufficient information for our staff to determine product acceptability will result in a negative determination. Any quote will then be found non responsive to the solicitation and the quote will not be considered. New Equipment ONLY; NO remanufactured, used/refurbished or "gray market" items. All items must be covered by the manufacturer's warranty. No product in development shall be considered. Authorized dealers: Experienced firms only who are authorized dealers will be considered in addition to the original equipment manufacturer. A letter from the manufacturer stating your company is an authorized dealer for the line items must be in possession by the due date and be available for submission, if requested. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name or equal. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items For the purposes of this clause, items (b) 4, 8, 14, 21 (if SDVOSB/VOSB),22, 25, 26, 27, 28, 30, 33, 42, 45, 46 (iii), 48, 55 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2015). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. FAR 52.211-6 Brand Name or Equal (August 1999) C.2 SALIENT CHARACTERISTIC Brand Name or Equal Brand Name Item: Grason Stadler Typstar Pro 1) Essential/significant physical, functional, or performance characteristics. a) Compatibility b) Dimensions 16 (W) X 11 (D) X 14.5(H) c) Weight- 12 LBS Industry Standard UL 60601; EIC 60601-1; CSA C22 # 601-10M90; ANSI S3, 39; IEC 60645-5, ANSI S3.6; IEC 645-1, ISO 389. d) Purpose Pre defined protocols saves time and creates consistency in testing procedures. This unit simultaneously record and store multiple tympanometry admittance for each tracing and determining if abnormal tympanogram is the result of tympanic membrane defect or ossicular chain disorder. Governing Body or Organization ISO 13485 Certified, UL 2601-1, IEC 601-1, EN 60601-1, CSA C22.2 # 601-1-M90, ANSI S3.39, ANSI S3.6, IEC 645-1, IEC 1027, ISO 389, EC Directive 93/42/EEC 2) Complete generic identification Model Description (Specification) Qty 8108266 GSI TYPMSTAR PRO This offers a comprehensive range of middle ear testing capabilities that support the needs of hearing healthcare professionals. GSI is known for providing reliable and efficient clinical middle ear solutions. Power Consumption: 60 Watts Max Test Types: Tympanometry, Acoustic Reflex Threshold, Reflex Decay, Eustachian Tube Function (Intact and Perforated) Protocols: Diagnostic, Screening, User-defined, Frequency Tympanometry, Acoustic Reflex Latency Test, Reflex Sensitization Interface: USB, Keyboard, Mouse, Flash Drive, PC Communication. Printout: external Deskjet Printer Probe Tone: 226 Hz (85 dB SPL +/- 1.5 dB) Sensitivity Scale: Auto Scales to appropriate range, Manual selection also possible in reflex modes only Accuracy (226 hz) - Tymp Mode: +/- 5% of reading or +/- 0.1 ml, whichever is greater - Reflex Mode: +/- 5% of reading or+/- 0.2 ml, whichever is greater Pressure Measurements: (load volume of 0.2 to 7.0 ml) Range: Normal = +200 to -400 daPa Wide = +400 to -600 daPa Accuracy: +/- 10% of reading or +/- 10 daPa, whichever is greater Sweep Rate: 12.5, 50, and 600/200 daPA/sec Sweep Accuracy: 10% of nominal rate Maximum limits (in 0.5cc cavity): -800 daPa and +600 daPa Frequency Accuracy: ± 3% Harmonic Distortion (THD): Less than 5% (measured acoustically) Noise Signals: (3 dB bandwidths) Low Band: 125 -1,600 Hz High Band: 1,600 -4,000 Hz Broad Band: 125 -4,000 Hz Intensity Range: 35 to 120 dB HL Step Size: 5 dB, 1 dB and 2 dB Calibration Accuracy: ± 3 dB Step Accuracy: ± 0.5 dB ON/OFF Ratio: 70 dB minimum Temperature: - Storage: -32 ° F to +122 ° F - Operating: +59 ° F to +95 ° F - Humidity: 90% at 95 ° F (non-condensing) 3) Applicable model/make/catalog number GSI TYMPSTAR PRO 4) Manufacturer name GRASON-STADLER
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/VA26117Q0933/listing.html)
- Document(s)
- Attachment
- File Name: VA261-17-Q-0933 VA261-17-Q-0933.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716559&FileName=VA261-17-Q-0933-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716559&FileName=VA261-17-Q-0933-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA261-17-Q-0933 VA261-17-Q-0933.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3716559&FileName=VA261-17-Q-0933-000.docx)
- Place of Performance
- Address: VA Northern CA Health Care System;10535 Hospital Way;Mather, CA
- Zip Code: 95655-4200
- Zip Code: 95655-4200
- Record
- SN04615106-W 20170809/170807231209-66582c0cf873157801b6029447c10e7c (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 |