This is a REQUEST FOR INFORMATION (RFI) only pertaining to brand name only items for the Indianapolis VA healthcare facility. Information collected during this RFI may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with Federal Acquisition Circular (FAC) 2005-83. The North American Industry Classification System (NAICS) number is 334510. The NAICS size is 1250 employees.
Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the SBA at http://web.sba.gov/pro-net/ and meet the requirements of FAR 19.102. Any contractor that believes they are capable and desires to claim preference for veteran owned small business status must be registered with the VIP at https://www.vip.vetbiz.gov as an SDVOSB or VOSB. A Contractor that proposes to provide a supply that is not manufactured by their organization (nonmanufacturer) shall meet the requirements of FAR 19.102(f).
Contractors that deem themselves capable of meeting the requirement shall provide the below information to Michael Iffland, Contract Specialist, at
[email protected] no-later-than Monday, July 24, 2017 at 5:00 PM, EDT. Responses shall include: (1) Business Name and Address, (2) GSA Contract Number, if applicable (3) Point of Contact Name, Phone Number and E-mail Address (4) DUNS and NAICS code (5) Business Size SMALL or LARGE (6) Type of Business: service disabled veteran owned, veteran owned small business, 8a, HUBZone, woman-owned, etc. (7) A concern that is not a manufacturer of the supply shall provide the manufacturers name and size standard.
Contractor must be registered with https://www.sam.gov
Supplies are to include only TAA compliant items. Items that are not TAA compliant must be clearly identified by the Contractor should the contractor choose to offer a quote if a RFQ is published.
FOB is Destination.
Delivery and installation is needed 30 days ARO.
Delivery is to:
VAMC Indianapolis
1481 West 10th Street
Indianapolis, IN 46202 2803
The contractor shall supply and install brand name only items listed below:
ITEM NUMBER
DESCRIPTION OF SUPPLIES/MODEL NUMBER
QUANTITY
UNIT
0001
Astera2, 2-Channel Clinical Audiometer / 8-04-13103
1
EA
0002
QuickSIN software / 8-49-91300
1
EA
0003
Speaker system, 100 dB / 8-75-81550
1
EA
0004
CAPELLA 2, DPOAE/TEOAE module includes wall mount (8-62-50300) / 8-04-15320
1
EA
0005
Capella 2 Wall Mount / 8-62-50300
1
EA
0006
Otocam 300 / 8-04-13250
1
EA
0007
Windows 7 Touch Screen Monitor Kit, HDMI
includes 22" touch screen monitor, 2 cables,
wall mount and stylus / 8-62-46700 KIT
1
EA
0008
ZODIAC PC Diagnostic
Includes classic probe Sweep/auto tympanometry, manual tympanometry, 224 Hz probe tone, 1000 Hz probe tone, Reflex Screening, Reflex Threshold (ipsi/contra), Reflex Decay / 8-04-16032
1
EA
0009
Zodiac Insert Phone / 8-75-85400
1
EA
0010
EARTIP STARTER KIT / 1-25-13903
1
EA
0011
AURICAL (PMM & C&S)
Includes: Freefit (PMM), Speaker,
Non-functioning audiometer / 8-04-14547
1
EA
0012
Installation
1
EA
Bid Protests Not Available