SOLICITATION NOTICE
66 -- Audiometer Analysis and Calibration System - Combined Synopsis and Solicitation
- Notice Date
- 8/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
- ZIP Code
- 21702-5014
- Solicitation Number
- W81XWH-17-T-0350
- Archive Date
- 9/1/2017
- Point of Contact
- Lisa D. Walters, Phone: 3016193451
- E-Mail Address
-
lisa.d.walters13.civ@mail.mil
(lisa.d.walters13.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis and Solicitation 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. The combined synopsis/solicitation number is: W81XWH-17-T-0350 and is being issued under Request For Quote (RFQ) LW7222. This is a notice that this action is unrestricted. The SIC Code is 6625; the North American Industry Classification System (NAICS) code is 334519 (size standard 500 Employees). The following action is to be completed by the U.S. Army Medical Research Acquisition Activity (USAMRAA) in support of U.S. Army Aeromedical Research Laboratory (USAARL) for One (1) Audiometer Analysis and Calibration System; with the Salient Characteristics found in this solicitation and Request For Quote (RFQ) attachment. This announcement constitutes the solicitation by USAMRAA, Fort Detrick, MD as an RFQ and offers must be submitted in writing (oral offers will not be accepted). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2005-94 and 2005-95 which are effective January 19, 2017. Unless otherwise specified, all Federal Acquisition Regulation (FAR) and other directive material contained in FAC 2005-94 is effective December 20, 2016 except for Items I and II, which are effective January 19, 2017. Unless otherwise specified, all Federal Acquisition Regulation (FAR) and other directive material contained in FAC 2005-95 is effective January 13, 2017 except for Item III, which is effective January 19, 2017. DESCRIPTION: This requirement is for One Audiometer Analysis and Calibration System; to perform annual and as-needed calibrations of the division's audiometers and middle-ear analyzers; this system will support the Auditory Protection and Performance Division's approved research protocols. See below for the Salient Characteristics for the required items. Proposals submitted shall provide a matrix that directly point back to all Salient Characteristics. Forms of documentation may include sales pamphlets, product specification sheets, product documents, user guides, catalogs, etc. Salient Characteristics U.S. Army Aeromedical Research Laboratory (USAARL) has a requirement for an Audiometer Analysis and Calibration System: 1. Shall be able to fully calibrate Grason-Stadler (GSI®) AudioStar Pro TM audiometers 2. Shall be able to fully calibrate Grason-Stadler GSI® 61 Clinical Audiometers 3. Shall be able to fully calibrate Workplace Integra Monitor MI-3000 audiometers 4. Shall be able to fully calibrate Benson Medical Instruments CCA-200mini computer-controlled audiometers 5. Shall be able to fully calibrate Grason-Stadler (GSI®) Tympstar Pro TM middle-ear analyzers 6. Shall be able to fully calibrate Grason-Stadler (GSI®) Tympstar Version 1 and Version 2 middle-ear analyzers 7. Shall be able to fully calibrate Interacoustics Titan middle-ear analyzers 8. Audiometer acoustic tests shall include: output level, distortion, narrowband noise, white noise, speech noise, speech level 9. Audiometer electrical tests shall include: frequency, distortion, off level, rise time, fall time, overshoot, crosstalk, linearity, warble, pulse, SISI 10. Tympanometer tests shall include: probe output level, compliance, probe pressure, reflex output level, distortion, switching (rise/fall/overshoot/off) 11. Shall include a handswitch test a. Shall adhere to ANSI S3.6 (1969, 1989, 1996, 2004, 2010) IEC-60645, and IEC 389 12. Shall include room acoustic level measurement at 1/3-octave intervals 13. Shall support the following headphones: TDH-39/39P, TDH-49/49P, TDH- 50/50P, DD45, Holmco 8103, Sennheiser HDA-280, and Beyer DT-48 14. Shall support the following insert earphones: 3M TM E-A-RTONE TM Insert Earphone 3A, 3M TM E-A-RTONE TM Insert Earphone 5A, and RadioEar IP30 Insert Phone 15. Shall support the following high-frequency headphones: Sennheiser HDA-200, HDA-280, HDA-300, and Koss HV/1A 16. Shall support the following bone oscillators: B71W Lead Free Bone Transducer, RadioEar B-81 Bone Transducer, and Oticon A20 bone oscillator. 17. Frequency accuracy shall be within ± 1.0 Hz 18. Frequency uncertainty shall be within 0.11 Hz at a 95% Confidence Level (k=2) 19. Amplitude accuracy shall be with ± 0.2 dB 20. Amplitude uncertainty shall be within 0.05 dB at a 95% Confidence Level (k=2) 21. Distortion shall be less than 0.20% at 125 Hz 22. Linearity test limits shall be from -10 HL to +120 HL 23. Shall include free field options at 0°, 45°, and 90° of incidence 24. Shall support headphone couplers NBS-9A/IEC-303, and IEC-318 25. Shall support insert couplers IEC-126/HA-2/DB-0138, IEC-711, and HA-1 26. Shall support high-frequency phone couplers IEC 60318-2 Type 1 and IEC 60318-2 Type 2 27. Shall support artificial mastoids ACS-M1, B&K-4930, and Larson Davis AMC493 28. Shall be able to provide support for custom mastoids (End of Salient Characteristics) These items are needed for USAARL at Fort Rucker, AL 36362. Delivery is FOB Destination no later than 30 days after date of contract. No hard copies of the solicitation will be issued by this contracting office. All interested parties can view, download and print a copy of the solicitation and any resulting amendments from the following website: https://www.fbo.gov/. In accordance with DFARS 252.204-7004, all contractors wishing to do business with the Department of Defense must be registered in the System for Award Management (SAM) database https://www.sam.gov/portal/public/SAM/. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All proposals will be evaluated based on the documentation provided. Proposals will be evaluated on the basis of Lowest Price-Technically Acceptable (please see the full text of 52.212-2 in the attached documents to this RFQ under the Additional Documentation link below) and any resulting contract shall be issued as a Firm-Fixed Price Award. The Government intends to award an order without discussions. Offerors should provide their best, complete proposal upon initial submission. Offerors must be registered and have current and valid SAM and ORCA records before an award can be made to them. The contractor who is chosen for the award shall keep their SAM and ORCA records current and not allow them to expire throughout the period of performance. APPLICABLE PROVISIONS AND CLAUSES FOR COMMERCIAL ITEMS: Please refer to the attached document mentioned above for clauses and provisions incorporated by reference and full text under the Additional Documentation link below. The full text of the referenced FAR and DFARS clauses and provisions may be accessed electronically at http://farsite.hill.af.mil/, https://www.acquisition.gov/browsefar and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/. POINT OF CONTACT: Lisa Walters, Purchasing Agent Email: lisa.d.walters13.civ@mail.mil All responses to this RFQ shall be emailed to Lisa Walters at lisa.d.walters13.civ@mail.mil and must be received no later than Thursday 17 August 2017 at 2:00 PM Eastern Time. This date and time is the final cutoff for your proposal to reach my email. Please allow sufficient time for your proposal to be processed through the Fort Detrick Servers and reach my inbox. All questions in response to this RFQ must be submitted to the email address listed above no later than Monday 14 August 2017 at 11:00 AM Eastern Time. No telephonic requests or proposals shall be accepted. Responses shall include the company's name, point of contact, address, phone number, DUNS number, CAGE Code, Tax ID, and RFQ Number. The Proposal shall be submitted using MS Word, MS Excel 2000 or higher or searchable PDF format.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-17-T-0350/listing.html)
- Place of Performance
- Address: USAARL, 6901 Farrel Rd, Fort Rucker, Alabama, 36362, United States
- Zip Code: 36362
- Zip Code: 36362
- Record
- SN04622783-W 20170812/170810232052-4954e3b501f5603d4601aded16d889fd (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 |