Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 21, 2020 SAM #6779
SOLICITATION NOTICE

65 -- 642-20-3-315-0061 | Interacoustic Titan Clinical Impedance Ver. 3 DPOAE Module System

Notice Date
6/19/2020 1:12:32 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24420Q0628
 
Response Due
6/25/2020 12:00:00 PM
 
Archive Date
08/24/2020
 
Point of Contact
walida.moore@va.gov, Walida Moore, Phone: (412) 822-3928
 
E-Mail Address
walida.moore@va.gov
(walida.moore@va.gov)
 
Awardee
null
 
Description
(i) This is a combined synopsis/solicitation for GSI TympStar Pro w/ DPOAE Module system, BRAND NAME, as 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; quotes are being requested and a written solicitation will not be issued. A firm-fixed price purchase order is anticipated. (ii) The solicitation number is 36C24420Q0628 and is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective date January 15, 2020.  (iv) This solicitation is the associated NAICS code 334515 has a small business size standard of 750. (v) Contract Line Items (CLIN): ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 Grason Stadler Tympstar Pro 1 EA __________________ __________________ 0002 Hardware Setup/Software Installation And User Training 1 EA __________________ __________________ 0003 INTERACOUSTIC Titan Clinical Impedance Ver. 3 1 EA __________________ __________________ 0004 Interacoustics DPOAE Module 1 EA __________________ __________________ 0005 Hardware Setup/Software Installation And User Training 2 EA __________________ __________________ 0006 HP Windows 10 Laptop Computer I7 Processor 2 EA __________________ __________________ GRAND TOTAL __________________ Salient Characteristics: General Requirements of the Cryostat: The patented GSI TympStar Pro has the ability to identify resonance frequency of the middle ear system, taking as little as 13 seconds to complete. It also has a dedicated test type to identify a patulous Eustachian tube. Multi-frequency tympanometry using a wide-band test stimulus Multiple probe tone frequencies included Zoom function for detailed analysis of test results User-defined tympanogram labels Multi-plexed pulse tone stimuli for acoustic reflex testing Touch-screen operation on an advanced diagnostic device Ability to test for DPOAEs at both peak tympanometric and ambient air pressure (pressurized OAEs) Automatic Gain Control (AGC) of acoustic reflex activating signals to account for different ear canal volumes Both PC- controlled and standalone function; can be removed from Titan base for handheld testing in another location Test results obtained in handheld mode can be downloaded to the Titan software Endless airflow pump design; do not have to wait for pump to reset Battery or line power operation USB cable or Bluetooth interface with PC GSI Tympstar Pro Dimensions: 16 [41 cm] W x 11 [28 cm] D x 14.5 [37 cm] H Power requirement: 60 Watts maximum Test Types: Tympanometry, Acoustic Reflex Threshold, Reflex Decay, Eustachian Tube Function (Intact and Perforated) Protocols: Diagnostic, Screening, Multi-component Tympanometry, Auto Sequence and User Defined Section Thickness Settings: 1 to 99 µm in 1 µm steps Display: Internal Color Touchscreen and optional external HDMI monitor Interface: USB (keyboard, mouse, Flash Drive, PC communications) Printout: External printer Probe Tone: 226 Hz (85 dB SPL ± 1.5 dB) 678 Hz (72 dB SPL ± 1.5 dB) 1000 Hz (69 dB SPL ± 1.5 dB) Accuracy: ± 1% Harmonic Distortion: Less than 1% INTERACOUSTIC Titan Clinical Impedance Ver. 3 Tympanometry 226Hz Automatic (flexible start and stop pressure) Tympanometry 226Hz Manual x Acoustic reflex with single intensities or reflex growth ipsilateral (automatic) Acoustic reflex with single intensities or reflex growth contralateral (automatic) Manual control of all reflex functions Reflex decay, automatic 10 dB above threshold or manually controlled with stimulus duration of 10 up to 30 seconds Reflex latency, automatic 10 dB above threshold or manually controlled, first 300 ms from stimulus start x ETF 1 Non-perforated eardrum (William s test) ETF 2 Perforated eardrum (Toynbee test) x ETF 3 Patulous Eustachian tube (Sensitive baselinex tympanometry for 10 up to 60 seconds) High frequency probe tones (678, 800 & 1000 Hz) Wideband absorbance Wideband 3D tympanometry Wideband research module User customizable protocols Protocol upload Client/session upload/download PC-controlled testing Bluetooth (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and the following clauses AND instructions are added as addenda: CLAUSES: 52.214-21 Descriptive Literature (APR 2002) (a) Gray market items are Original Equipment Manufacturers (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. (b) Vendor 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. (c) 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.  (ix) Evaluation Lowest Price Technically Acceptable (LPTA) Price: The government shall evaluate quoters prices, and then evaluate the apparent lowest-priced quote for acceptability under the technical factor. If the lowest-price quoter was evaluated as unacceptable, the agency shall then consider the acceptability of the next lowest-price quoter, continuing this process as necessary. Technical: Technical acceptability will be based on the quoter s ability to meet the requirements of the Statement of Work based on the provided capability statement. (x) Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer if has not been completed on SAM.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and the following clauses are added as addenda: (End of Clause) 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 https://acquisition.gov/far (End of Clause) 852.203-70 Commercial Advertising (JAN 2008) 852.246-71 Inspection (Jan 2008) (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition and the following additional FAR clauses cited in the clause are applicable to the acquisition: 52.204-10 Reporting Executive Compensation & First-Tier Subcontract Awards (OCT 2015) 52.209-6 Protecting the Government s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) 52.219-28 Post Award Small Business Program Representation (JUL 2013) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (MAR 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) 52.225-13 Restrictions on Certain Foreign Purchases (JUNE 2008) 52.232-34 Payment by Electronic Funds Transfer--Other than System for Award Management (JUL 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (xiii) Additional conditions: All responses must include verification that each specification outlined in Section (vi) is met. All interested parties shall be registered, active and verified with the following sites to be considered for award. SAM: http://www.sam.gov VETBIZ: https://www.vip.vetbiz.gov/Public/Search/Default.aspx (xiv) The Defense Priorities and Allocations System (DPAS) ratings are NOT APPLICABLE. (xv) Quotes must be emailed to walida.moore@va.gov and received no later than 5/25/2020 3:00 pm EST on the close date. Quote may be submitted on this document or the vendor s own form. Quotes may be submitted on this document (If you use this form, Include your company information name, address, phone number, POC, POC email, and DUNS #) or the vendor s own form. If you are not the manufacturer then an AUTHORIZED DISTRIBUTOR LETTER needs to be provided with your quote in order to be considered for the award. (xvi) For information regarding the solicitation, please contact Walida Moore at walida.moore@va.gov ; NO PHONE CALLS WILL BE ACCEPTED
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bcd29b99863c471caf43e8f2bb63af1e/view)
 
Place of Performance
Address: Department of Veterans Affairs Corporal Michael J. Crescenz VA Medical Center 3900 Woodland Ave, Philadelphia 19104, USA
Zip Code: 19104
Country: USA
 
Record
SN05697283-F 20200621/200622142806 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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