Federal Bid

Last Updated on 28 Jun 2015 at 8 AM
Combined Synopsis/Solicitation
Mcclellan California

65--GRASON STADLER TYMPSTAR PRO

Solicitation ID VA26115Q0679
Posted Date 26 May 2015 at 3 PM
Archive Date 28 Jun 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs Central California Health Care System
Agency Department Of Veterans Affairs
Location Mcclellan California United states 95652
Table of Contents PRICE/COST SCHEDULE 2 Item Information 2 DELIVERY SCHEDULE 2 INSTRUCTIONS TO OFFERORS 2 SALIENT CHARACTERISTIC 4 This document 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, proposals are being requested, and a written solicitation will not be issued. The proposed contract action is for supplies or services for which the Government intends to solicit Resonance Technology, Inc. Interested persons may submit offers, and all eligible offers received prior to May 29, 2015 at 5:00 PM PST will be considered by the Government. The NAICS code is 339112 and the size standard is 500 Employees. This is an open market competitive with a small business set aside acquisition. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69 effective, September 03, 2013. The list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable). PRICE/COST SCHEDULE Item Information ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 1 Grason-Stadler Tympstar Pro LOCAL STOCK NUMBER: 1000174 3.00 EA __________________ __________________ 2 Installation & Training, including integration with GSI Suite and NOAH LOCAL STOCK NUMBER: 8070 3.00 EA __________________ __________________ GRAND TOTAL __________________ DELIVERY SCHEDULE ITEM NUMBER QUANTITY DELIVERY DATE 1-3 VA Northern California Health Care System 10535 Hospital Way Mather, CA 95655-4200 ALL 30 DAYS ARO INSTRUCTIONS TO OFFERORS Only electronic offer will be accepted. Offers are due by 5:00 PM PDT May 29, 2015. FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factor shall be used to evaluate offers: The Government will award to the lowest price, technically acceptable offeror. Brand name only. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (End of Provision) ADDITIONAL SOLICITATION PROVISIONS/CONTRACT CLAUSES: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) For the purpose of this clause, the fill-ins are http://www.acquisition.gov/far/index.html (FAR) and http://www1.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR), respectively. FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (FEB 2012). FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Apr 2015) For the purposes of this clause, items (b) 4, 12, 23, 26-29, 31, 38, 40ii, 42, and 48 are considered checked and apply. VAAR 819.7003 Class Deviation from VAAR 819.7003, Eligibility VAAR 852.203-70 Commercial Advertising (Jan 2008) VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) http://www.acquisition.gov/far/index.html (FAR) and http://www.va.gov/oamm/oa/ars/policyreg/vaar/index.cfm (VAAR) FAR 52.212-1 Instructions to Offerors - Commercial Items (Jul 2013). FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Aug 2011): Offerors must return this provision with their proposal. They may either (1)complete all relevant portions of the provision or (2) complete paragraph (b) of the provision and indicate that it has completed official representations and certifications online at https://orca.bpn.gov/login.aspx. ? SALIENT CHARACTERISTIC Brand Name or Equal Form, fit and function to GSI TympStar V1 (Tympanometer) 1) Essential/significant physical, functional, or performance characteristics. a) Compatibility - Power Consumption: 120 Watts Max Test Types: Tympanometry, Acoustic Reflex Threshold, Reflex Decay, Eustachian Tube Function (Intact and Perforated) Protocols: Diagnostic, Screening, User-defined, Frequency Tympanometry, Acoustic Reflex Latency Test, Reflex Sensitization Interface: RS232, Keyboard Output Printout: Deskjet or Laserjet Printers Probe Tone: 226 Hz (85 dB SPL +/- 1.5 dB) Sensitivity Scale: Auto Scales to appropriate range, Manual selection also possible in reflex modes only Accuracy (226 hz) - Tymp Mode: +/- 5% of reading or +/- 0.1 ml, whichever is greater - Reflex Mode: +/- 5% of reading or+/- 0.2 ml, whichever is greater Pressure Measurements: (load volume of 0.2 to 7.0 ml) Range: Normal = +200 to -400 daPa Wide = +400 to -600 daPa Accuracy: +/- 10% of reading or +/- 10 daPa, whichever is greater Sweep Rate: 12.5, 50, and 600/200 daPA/sec Sweep Accuracy: 10% of nominal rate Maximum limits (in 0.5cc cavity): -800 daPa and +600 daPa Frequency Accuracy: ± 3% Harmonic Distortion (THD): Less than 5% (measured acoustically) Noise Signals: (3 dB bandwidths) Low Band: 125 -1,600 Hz High Band: 1,600 -4,000 Hz Broad Band: 125 -4,000 Hz Intensity Range: 35 to 120 dB HL Step Size: 5 dB, ? 1 dB and 2 dB Calibration Accuracy: ± 3 dB Step Accuracy: ± 0.5 dB ON/OFF Ratio: 70 dB minimum Temperature: - Storage: -40° F to +167° F - Operating: +59° F to +95° F - Humidity: 90% at 95° F (non-condensing) b) Dimensions - 20.47"Width x 14.96"Depth x 12.59" Height c) Weight- 16.53 lbs d) Industry Standard - ISO 13485 Certified, UL 2601-1, IEC 601-1, EN 60601-1, CSA C22.2 # 601-1-M90, ANSI S3.39, ANSI S3.6, IEC 645-1, IEC 1027, ISO 389, EC Directive 93/42/EEC e) Purpose - f) Governing Body or Organization - Per VAAR 811.104 and 811.105, I certify the following regarding the above information: 0. The salient characteristics listed above are essential to the Government's requirements. 1. To my knowledge, the restrictions listed above will not limit the acquisition to an item peculiar to one manufacture. Tocher Kellom, Acting Chief BME 03/02/2015
Bid Protests Not Available

Similar Past Bids

Washington District of columbia 29 Jul 2019 at 5 PM
Madison Wisconsin 30 Jan 2017 at 5 PM
Camp pendleton California 02 Aug 2017 at 3 PM
Location Unknown 28 Feb 2017 at 8 PM

Similar Opportunities

Frederick Maryland 11 Sep 2025 at 4 AM (estimated)
Colorado 23 Jul 2025 at 4 AM (estimated)
Colorado 23 Jul 2025 at 4 AM (estimated)
Frederick Maryland 11 Sep 2025 at 4 AM (estimated)