Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2021 SAM #7257
SOURCES SOUGHT

J -- CALIBRATION SERVICE FOR AUDIOLOGY EQUIPMENT

Notice Date
10/12/2021 3:19:41 PM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
 
ZIP Code
04330
 
Solicitation Number
36C24122Q0024
 
Response Due
10/15/2021 11:00:00 AM
 
Archive Date
11/14/2021
 
Point of Contact
Deborah L Reardon, deborah.reardon@va.gov, Phone: 410-691-1140
 
E-Mail Address
deborah.reardon@va.gov
(deborah.reardon@va.gov)
 
Awardee
null
 
Description
VA BOSTON HEALTHCARE SYSTEM DESCRIPTION Pre-solicitation Notice of Intent to Sole Source Pre-Solicitation Notice of intent to award a sole source contract. This is not a solicitation. The Department of Veterans Affairs intends to negotiate a sole source contract with: _E3 DIAGNOSTICS, INC. (079996159) 531 King St Unit 6 Littleton, MA 01460-1279 ueiSAM: CN86EX26M5J5_______________________ The purpose of this acquisition is to provide calibration and maintenance for a portfolio of audiology medical equipment located at Jamaica Plain and VA Brockton campuses. This agreement will include all parts and labor to bring the audiometers up to the standards required to give a precise reading. Please see the attached Statement of work for the listing of audiometry equipment to be serviced Because E3 Diagnostics, INC is the only vendor/contractor that can provide calibration and maintenance for the fleet of audiology equipment located at the VA Jamaica Plain and Brockton campus, this acquisition will not be competed. Since the intent is to procure this on a sole source basis, no solicitation will be posted to Contracting Opportunities SAM.gov. A Sources Sought Notice was posted to Contracting Opportunities SAM.gov on 10/12/2021 10/15/2021 under 36C24122Q0024_________. RFQ posted to GSA from 9/01/2021 -9/14/2021 The NAICS is 339112. The size standard is 1000. The PSC/FSC is J065. This procurement is subject to prohibitions in VAAR 852.212-71 Gray Market Items and in 852.212-72 Gray Market and Counterfeit Items. VAAR 812.3 Solicitation Provisions and Contract Clauses This acquisition is subject to VAAR 852.212-73 Gray Market and Counterfeit Items Information Technology (IT) Maintenance Allowing-Other-than-New Parts. VAAR 812.3 Solicitation Provisions and Contract Clauses The authority for this action is FAR 6.302.1-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Interested persons may contact the Contracting Officer/Contract Specialist by email at Deborah. Reardon @va.gov regarding this procurement. The determination to conduct a competitive procurement based on responses to this notice is solely within the discretion of the Contracting Officer. PERFORMANCE WORK STATEMENT Calibration Service for Audiology Equipment 1.0 OBJECTIVE: To provide calibration and maintenance for a portfolio of audiology medical equipment located at Jamaica Plain and VA Brockton campuses. This agreement will include all parts and labor to bring the audiometers up to the standards required to give a precise reading. 2. 0 BACKGROUND: Audiometry equipment is used to test how well a patient s hearing functions. It tests both the intensity and the tome of sounds, balance issues, and other issues related to the function of the inner ear. The calibration will ensure that the audiometry equipment is working correctly and therefore the diagnosis is accurate. 3.0 SCOPE: The vendor shall provide calibration and maintenance for the following audiometry equipment at the VA Jamaica Plain and VA Brockton Medical Centers. 3.1 VA OWNED EQUIPMENT AND SYSTEMS INTEGRATED AND COVERED: VA Jamaica Plain Equipment Inventory LOCATION EE EQUIPMENT NAME/ TYPE SERIAL NUMBER 8D-94 169700 MADSEN AURICAL FREE FIT / PMM 005110 8D-95 169704 MADSEN AURICAL FREE FIT / PMM 006138 8D-96 NONE MADSEN AURICAL FREE FIT / PMM 005105 8D-96 164111 MADSEN AURICAL HIT / TEST CHAMBER 007063 8D-97 156371 MADSEN AURICAL FREE FIT / PMM 967071 8D-97 156372 MADSEN AURICAL HIT / TEST CHAMBER 952545 8D-98 169705 MADSEN AURICAL FREE FIT / PMM 005122 8D-99 169702 MADSEN AURICAL FREE FIT / PMM 002084 8D-100A 152369 GSI AUDIOSTAR PRO / AUDIOMETER GS0050121 8D-100A BOTH A 14759 IAC BOOTH / ENCLOSURE 102283 8D-100A BOOTH A 156797 GSI TYMPSTAR V2 / IMMITTANCE GS0055117 8D-100A BOOTH A NONE SENTIERO / OAE 200704 8D-100B 152370 GSI AUDIOSTAR PRO / AUDIOMETER GS0053666 8D-100B 164115 OTOMETRICS ICS EP200 / ABR 996143 8D-100B BOOTH 73925 IAC BOOTH / ENCLOSURE 100129-1 8D-100B BOOTH B 156795 GSI TYMPSTAR V2 / IMMITTANCE GS0056562 8D-100B BOOTH B NONE SENTIERO / OAE 200708 SUPPLY CLOSET 144959 MAICO MA 41 / PORTABLE AUDIOMETER 73808 SUPPLY CLOSET 118121 MACIO MA 40 / PORTABLE AUDIOMETER 77029 8D-100C 187711 MADSEN ASTERA2 / AUDIOMETER 1914389 8D-100C BOOTH NONE IAC BOOTH / ENCLOSURE 88221 8D-100C BOOTH C NONE MADSEN ZODIAC / IMMITANCE 1826497 8D-100C BOOTH C NONE MADSEN CAPELLA / OAE 2871 8D-100D BOOTH D 73926 IAC BOOTH / ENCLOSURE 100129-2 8D-100D BOOTH D 156367 MADSEN ASTERA2 / AUDIOMETER 958005 8D-100D BOOTH D 187200 MADSEN ZODIAC / IMMITANCE 1903656 8D-100D BOOTH D 156368 MADSEN CAPELLA / OAE 1419 8D-101 187733 GSI AUDIOSTAR PRO / AUDIOMETER GS0084148 8D-101 BOOTH E 14757 IAC BOOTH / ENCLOSURE 101988-1 8D-101 BOOTH E 156796 GSI TYMPSTAR V2 / IMMITTANCE GS0056575 8D-101 BOOTH E NONE SENTIERO / OAE 200706 8D-102 187734 GSI AUDIOSTAR PRO / AUDIOMETER GS0084152 8D-102 BOOTH F 14758 IAC BOOTH / ENCLOSURE UNKNOWN 8D-102 BOOTH F 109121 GSI TYMPSTAR / IMMITTANCE AL083952 8D-102 BOOTH F NONE SENTIERO / OAE 200518 8D-114 166574 MAICO EASY TYMP / IMMITTANCE 9015513 8D-120 74508 GSI-61 AUDIOMETER 20030815 8D-120 89183 GSI TYMPSTAR AL062249 8D-120 NONE SENTIERO / OAE 200801 8D-120 BOOTH 88223 IAC BOOTH / ENCLOSURE 101441 8D-126 166573 MAICO EASY TYMP/ IMMITTANCE 9018015 8D-126 164110 MADSEN AURICAL HIT / TEST CHAMBER 007062 VA Brockton Medical Center Equipment Inventory: LOCATION EE EQUIPMENT NAME/ TYPE SERIAL NUMBER 425A 203325 OTOMETRICS BOOTH ENCLOSURE GAA201228 425A 187710 MADSEN ASTERA 2 / AUDIOMETER 1914832 425A NONE MADSEN CAPELLA / OAE 2872 425A 187198 MADSEN ZODICCA / IMMITTANCE 1824015 435A 169703 MADSEN AURICAL FREE FIT / PMM 005109 4.0 DELIVERABLES: The following lists the deliverables that are expected to be provided through this agreement 4.1 - Perform calibrations on the audiology devices outlined in section 3 above 4.2 - Ensure that repaired systems meet all manufacturer safety and functionality specifications for effective clinical use 4.3 - Complete service in a timely manner as to not disrupt the flow of patient care beyond necessary limits 4.4 - Provide field service reports to Clinical Engineering upon completion of the maintenance service 5.0 WORK PERFORMANCE: The Contact number for Clinical Engineering is (857) 203-5517. All contractor personnel, without exception, must report to the Clinical Engineering Department, to sign in and receive a contractor identification badge before any work is performed. Contractor personnel will be escorted by Clinical Engineering staff for the duration of work performed and return to the same location to sign out and turn-in said badge along with the documented service report for the service performed. 6.0 FIELD SERVICE REPORTS (FSR):  The installation and testing of any On-site Parts shall be performed by vendor trained personnel. In addition, each FSR must, at a minimum, document the following data legibly and in complete detail: Name of contractor and contract number. Name of FSE who performed services. Contractor service ESR number/log number. Date, time (starting and ending), equipment downtime and hours on-site for service call. Identification of equipment to be serviced: Inventory ID number, Manufacturer's name, Device name, Model number, Serial number, Any other manufacturer's identification numbers. 6.  Itemized Description of Service Performed (including, if applicable, costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers), Materials and Circuit Location of problem/corrective action. 7.  Signatures: FSE performing services described Authorized VA Employee who witnessed service described. 7.0 SECURITY REQUIREMENTS: The Contractor shall follow all Government rules and regulations regarding information security to prevent disclosure of sensitive information to unauthorized individuals or organizations, and shall adhere to all VA Privacy & Security, the Privacy Act and HIPAA requirements when obtaining and reviewing information. 8.0 PHYSICAL SECURITY REQUIREMENTS: For any on-site work, the contractor will contact the VA authorized clinical engineering representative when arriving on-site to be checked in and complete all applicable COVID-19 screening requirements. The contractor will be escorted by clinical engineering for the duration of the work. 9.0 QUALITY ASSURANCE: Clinical engineering will be working with the audiology department after the calibration services are completed to determine the quality and thoroughness of work completed. Any follow up questions or concerns regarding calibration efficacy will be communicated to the contractor.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/899f146cae684f91a08e3bf1d79e050e/view)
 
Place of Performance
Address: 150 South Huntington Ave Boston, Ma 02130-4817
 
Record
SN06156142-F 20211014/211012230114 (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.