DOCUMENT
65 -- Eclipse Evoked Potential 25 systems Mfg: Interacoustics Brand Name or Equal - Attachment
- Notice Date
- 9/16/2019
- Notice Type
- Attachment
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25919Q0745
- Response Due
- 9/18/2019
- Archive Date
- 11/17/2019
- Point of Contact
- Gerald McClure
- Small Business Set-Aside
- Total Small Business
- Description
- Request for Quote (RFQ) #: Forecasted BRAND NAME REQUIREMENT FOR ECLIPSE EP25 SYSTEM This 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; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. * The deadline for all questions is 12:00pm EST, (9-17-2019) All questions must be submitted in writing no later than the question cut-off date marked above. All questions will be answered officially through an amendment to the solicitation. ** Quotes are to be provided to (gerald.mcclure@va.gov) no later than 7:00pm EST, (9-18-2019). Quotes shall not be hand carried. Faxed quotes shall not be accepted. Emailed quotes are the only method of submitted quotes (4MB email limit). The Government reserves the right to make award solely on initial Quotes received. Offerors bear the burden of ensuring that all portions of the offer (and any authorized amendments) reach the designated office before the deadline specified in the solicitation. This RFQ shall be completed in its entirety, and signed and dated, failure shall not be considered for award. This is a Request for Quote (RFQ) and the solicitation number is (36C25919Q0745). The government anticipates awarding a firm-fixed price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The North American Industrial Classification System (NAICS) code for this procurement is (339112) with a small business size standard of (1000). This solicitation is a 100% set-aside for (S/B). List of Line Items; ITEM # DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Description; Eclipse EP25 w/ TEOAE25 & DPOAE2 Make/Model Equivalent; 8017269 1 Ea. _____________ _____________ 0002 Description; Eclipse VEMP Module Make/Model Equivalent; 8012287 1 Ea. _____________ _____________ 0003 Description; ASSR Module for Eclipse Make/Model Equivalent; 8510740 1 Ea. _____________ _____________ 0004 Description; Laptop Make/Model Equivalent; 8506058 1 Ea. _____________ _____________ 0005 Description; Eclipse Gold Foil TipTrode Lead Cable Set Make/Model Equivalent; 8011343 1 Ea. _____________ _____________ 0006 Description; Eclipse Clear Probetip-8/pk Make/Model Equivalent; 8012960 1 Ea. _____________ _____________ 0007 Description; Adult 13mm Gold Foil Tip Trodes-20/pkg. Make/Model Equivalent; 101113 1 Ea. _____________ _____________ 0008 Description; Ambu Neuroline 720 Disposable Electrodes-25/pk Make/Model Equivalent; 72000-S 3 Ea. _____________ _____________ 0009 Description; Labor - Installation Make/Model Equivalent; 8070 4 Ea. _____________ _____________ GRAND TOTAL _____________ Description of Requirements for the items to be acquired (salient characteristics); This is a brand name requirement STATEMENT OF WORK Eclipse EP 25 1. Background The George E Wahlen Veterans Affairs Medical Center has a requirement for the procurement of brand name or equal Eclipse EP 25. We are wanting to update our evoked potential system and are asking for Eclipse Evoked Potential 25 systems which is the only tool which will allow testing for auditory evoked potentials using a CE-Chirp L stimulus. EP25 systems measure auditory brainstem responses picked up by skin electrodes and amplified by a pre-amplifier. The data acquisition of the ABR recordings takes place from the surface electrodes mounted at specific recording points on the patient. The analogue ABR recordings are amplified in the external preamplifier connected to the electrodes. The amplified analogue ABR recordings are converted into a digital signal in the ADC (Analog to Digital Converter) inside the Eclipse. The digital ABR recordings undergo data processing handled by the PC to improve the ABR-recordings. The ABR-recordings are displayed on the monitor for the operator, for further examination and diagnosis. All ABR recordings are stored on the Laptop I Desktop computer hard drive for later examination and diagnosis. 2. Specifications We desire the following salient characteristics for the Eclipse EP 25 CHIRP stimulus for better waveform / threshold assessment; ASSR feature uses phase cohesion for primary threshold detection; External VEMP EMG monitor for evaluation of muscle contraction; EcogG AP/SP area calculation for better diagnosis of Menieres--better than just AP/SP ratio; (60% v 90% diagnostic significance); ASSR 2 channel EP allows for 4 frequencies to be acquired, both ears at the same time; Binaural stimulation both ears at the same time,.5,1,2,4 at the same time very fast for threshold detection and gives an eHl Audiogram; 32 point OAE capability for finer resolution of cochlear response; Bayseian weighting for waveforms to better pull data out of noise; FMP statistical analysis calculation to analyses the waveforms to improve confidence of waveforms. Within ninety (90) days of delivery for clinic instrumentation, Vendor will provide, in addition to the manufacturer s warranty, free warranty services on-site without additional charge to VA. Characteristics are as follows: Auditory brainstem response test system Suggested Manufacturer: ECLIPSE EP25 Specifications/Salient Characteristics: Standards: Safety: IEC 60601-1, Class I, Type BF and Type B EMC: IEC 60601-1-2 Power Supply: Input Volts: 100 240V, 50/60Hz. Consumption: 26 W (0.3A Max). Safety: IEC 60601-1 class I, UL2601 Operating environment: Operating Temperature: 15 ° 35 ° C (59 - 95F) Rel. Humidity: 30 90% Transport & Storage: Storage Temperature: 0 °C 50 °C (32 °F - 50 °F) Transport Temperature: -2 °0 50 °C (-4 °F - 122 °F) Rel. Humidity: 10 95% (non-condensing) Warm up time 10 minutes at room temperature (20 °C) (68 °F) EPA Preamplifier: Two channels standard: EPA4 Cable Collector (4 electrodes). Standard 50 cm. Option: 5 cm or 290 cm One Channel (optional): EPA3 Cable Collector (3 electrodes). 50 cm Gain: 80 dB/60 dB Frequency response: 0,5 - 5000 Hz CMR Ratio: Minimum >118 dB. Typical 130 dB < 100 Hz Radio frequency immunity: Typically, 25 dB improvement over previous available designs Max input offset voltage: 2,5 V Input impedance: 10 M / 170 pF Power from main unit: Insulated power supply with 1500 V isolation. The signal is digitally/capacitive insulated. Specifications Impedance measurement: Selectable for each electrode Measurement frequency: 33 Hz Waveform: Rectangular Measurement current: 19 A Range: 0.5 k 25 k Stimulus: Stimulus rate: 0.1 to 80.1 stimuli per second in steps of 0.1. Envelopes/Windows: Bartlett, Blackman, Gaussian, Hamming, Hanning, Rectangle and Manual (Rise/Fall and Plateau) or equivalent Masking: White noise. Calibrated and presented in peSPL. Transducer: Ear Tone ABR insert phone, calibrated on an IEC 711 coupler. Headphone with independent calibration Bone conductor Level: 20 135.5 dB peSPL, (-10 100 dB nHL) in 1 dB steps. Polarity: Condensation, Rarefaction, Alternating. Click: 100 s (200Hz -11kHz) Tone Burst Frequency:250, 500, 750, 1000, 1500, 2000, 3000, and 4000 Hz. Tone Burst Stimulation Time: Stimulation up to 780 ms Level Specific CE-Chirps: 500, 1000, 2000, 4000Hz Calibrated in 5dB increments from 0-100dB Masking Level: +30dB to -40 dB relative to stimulus presented in peSPL. Recording: Analysis Time: -150 ms prior to stimuli and up to 1050 ms A/D Resolution: 16 bit. Sampling frequency 30 kHz Artifact Reject System: Standard voltage-based system Rejection levels: Manual 0.2 - 640 V input wuth 0.1uV steps. Anti-aliasing filter: Analog 5kHz, 24 dB / octave Dots per Trace: 450 displayed. Low Pass Filter: None or 17 12000 Hz, depending on the measurement type. 33 taps FIR Filter without wave peak latency displacement. High Pass Filter: 0.83 Hz to 500 Hz depending on the measurement type. DSP Low Pass Filter: 100, 300, 750, 1k, 1,5k, 2k, 3k, 4k, 5k, 7,5k Hz DSP High Pass Filter: 0.5, 1.0, 3.3, 10, 33, 100 Hz Normative Data: Editable Latency Templates Adult Normative Data for: Click, Broad Band CE-Chirp and Level Specific CE-Chirps Customized Print Reports: Independent print templates for each protocol Research Module (Optional): Export and analyze data in excel or a MATLAB program. Data can be logged per Epoch or by Session. Speech ABR capability provided (ba,ga,ka syllable Wavefiles included Below is a list of all services needed: Installation of equipment Training for clinical staff Point of contact is Quin Card with e3MSR West @ 801.725.1982. Contractor shall report to the Audiology Main clinic, SLC, UT The contractor shall ship all parts and provide service within 30 days of award. Any part or service not covered by this service contract will not be completed without first consulting with the contracting officer s representative and subsequently procuring a formal purchase order from the VAMC, Salt Lake City Contractor shall provide services during normal work hours of 8:00 a.m. to 4:30 p.m. Monday through Friday, except Federal Holidays. Federal Holidays: New Year s Day, Martin Luther King Day, Presidents Day, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans Day, Thanksgiving Day, Christmas Day, and any other day specifically declared a by the President of the United States to be a federal holiday. The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and information system security as delineated in this contract. The C&A requirements do not apply and a Security Accreditation Package is not required. No sensitive information should be accessed, to ensure this, a Clinical Engineering Tech will escort the contractor the entire time they are on-site and have all studies currently stored on the unit deleted before contractor arrives. END OF STATEMENT OF WORK Delivery and acceptance is to be F.O.B Destination (FAR 52.247-34) at the Veterans Affairs Medical Center, located at (500 Foothill Blvd., Salt Lake City, UT 84148) 52.212-1, Instructions to Offerors--Commercial ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL Gray market items are Original Equipment Manufacturer s (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts) for VA Medical Centers. No remanufactures or gray market items will be acceptable. Offeror shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed medical supplies, medical equipment and/or services contracts for maintenance of medical equipment (i.e. replacement parts), verified by an authorization letter or other documents from the OEM, such that the OEM s warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the medical supplies, medical equipment and/or services contracts for maintenance of medical equipment shall be in accordance with the OEM terms and conditions. The delivery of gray market items to the VA in the fulfillment of an order/award constitutes a breach of contract. Accordingly, the VA reserves the right enforce any of its contractual remedies. This includes termination of the contract or, solely at the VA s election, allowing the Vendor to replace, at no cost to the Government, any remanufactured or gray market item(s) delivered to a VA medical facility upon discovery of such items. Any award made as a result of this solicitation will be made on an All or Nothing Basis. State if quoted items are available and priced through offerors existing Government-wide Acquisition Contract (GWAC), GSA Multiple Award Schedule (MAS) contract, or VA-wide Acquisition Contract. Offerors are warned against contacting any VA personnel other than the Contracting Officer and Contract Specialist prior to placement of any award made resulting from this RFQ. If such contact occurs and found to be prejudicial to competing contactors, the offeror making such contact may be excluded from award considerations. All proprietary information shall be clearly and properly marked. If the Offeror submits annexes, documentation, attachments or the like, not specifically required by this solicitation, such will count against the Offeror s page limitations unless otherwise indicated in the specific volume instructions below. All information shall be confined to the appropriate file. The offeror shall confine submissions to essential matters, sufficient to define the quote and provide an adequate basis for evaluation. Offerors are responsible for including sufficient details, in a concise manner, to permit a complete and accurate evaluation of each quote. Submission of quote shall include the following volumes: (I) Price Volume I Price - The offeror shall complete the pricing schedule provided in Section (v) above: Price/Cost Schedule. The offeror shall submit specifications, cut sheets, and/or catalog brochures of the product quoted to ensure it meets the salient physical, functional, or performance characteristics of the brand name item required. (End of Addendum to 52.212-1) 52.212-2, Evaluation--Commercial Items ADDENDUM to FAR 52.212-2 EVALUATION COMMERCIAL ITEMS: Option 1 This is FAR Part 13 acquisition. 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 considering price only. The following factor shall be used to evaluate offers: Price The Government will evaluate offers by adding all line item prices - the Total of All CLINS will be that sum. The Government may use various price analysis techniques and procedures to make a price reasonableness determination. 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. The Government will evaluate the offerors specifications, cut sheets, and/or catalog brochures to verify the salient physical, functional, or performance characteristics of the item quoted are equivalent to the brand name item (End of Addendum to 52.212-2) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with the offer. 52.212-4, Contract Terms and Conditions--Commercial Items applies to this acquisition 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items FAR 52.212-5 applies to this acquisition with the following FAR clauses incorporated by reference; FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) FAR 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note) FAR 52.219-8 Utilization of Small Business Concerns (NOV 2016) (15 U.S.C. 637(d)(2) and (3)); FAR 52.219-28 Post Award Small Business Program Representation (Jul 2013) (15 U.S.C 632(a)(2)) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (OCT 2016) (E.O. 13126) FAR 52.222-21 Prohibition of Segregated Facilities (APR 2015) FAR 52.222-26 Equal Opportunity (SEP 2016) (E.O. 11246) FAR 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793) FAR 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212) FAR 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) FAR 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627) FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR 52.225 5 Trade Agreements (OCT 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) FAR 52.232-33 Payment by Electronic Funds Transfer System for Award Management (Jul 2013) (31 U.S.C. 3332) Additional contract requirements or terms and conditions: 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://www.acquisition.gov/far/index.html http://www.va.gov/oal/library/vaar/ The following FAR clauses are incorporated by reference: FAR 52.204-13 System for Award Management The following VAAR clauses are to be incorporated by reference: VAAR 852.203-70 Commercial Advertising VAAR 852.232-72 Electronic Submission of Payment Requests VAAR 852.246-71 Inspection 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/index.html (FAR) http://www.va.gov/oal/library/vaar/index.asp (VAAR) The following FAR provisions are to be incorporated by reference: FAR 52.204-16 Commercial and Government Entity code Reporting (JUL 2016) The following VAAR provisions are to be incorporated by reference: The Defense Priorities and Allocations System (DPAS) does not apply. Date and Time offers are due to (gerald.mcclure@va.gov) by 7:00pm EST, (9-18-2019). Name and email of the individual to contact for information regarding the solicitation: (Gerald McClure) (gerald.mcclure@va.gov)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0745/listing.html)
- Document(s)
- Attachment
- File Name: 36C25919Q0745 36C25919Q0745.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5158239&FileName=36C25919Q0745-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5158239&FileName=36C25919Q0745-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C25919Q0745 36C25919Q0745.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=5158239&FileName=36C25919Q0745-000.docx)
- Place of Performance
- Address: Department Of Veterans Affairs;VA Medical Center;Attn: Warehouse Bldg.7;500 Foothill Blvd.;Salt Lake City, UT
- Zip Code: 84148
- Zip Code: 84148
- Record
- SN05445228-W 20190918/190916231349-67f3250d342a7631e31bafc6d43f8e6f (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 |