This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a written solicitation will not be issued.
The solicitation number for this requirement is VA261-15-Q-1308 and will be issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84. The procurement is being set aside 100% for small business concerns under NAICS 339112, which has a size standard of 500 employees.
Item Information
ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT
0001 GSI 39 Auto Tymp V.2-Including 226Hz Auto Tymp, lpsi and Contra Reflexes - PN: 8020287 (or Equal)
2.00 EA $________ $_________
0002 Installation and Training: Including - NOAH/GSI Suite Integration (or Equal)
2.00 EA $_______ $_________
GRAND TOTAL $________
DELIVERY SCHEDULE
ITEM NUMBER QUANTITY DELIVERY DATE
1-2 VA Palo Alto Health Care System
3801 Miranda Ave
Attn: Warehouse
Palo Alto, CA 94304 ALL 30 DAYS ARO
Award will be made to the offeror who is deemed technically acceptable and has the lowest price. A pass/fail technical review will be completed to assess the technical acceptability of the offers. Determination of technical acceptability will be based on the offeror's ability to meet the specifications listed as part of the salient characteristics and the timeframe for delivery. Offerors quoting on "equal" products must provide any and all supporting literature showing how the item quoted meets salient characteristics. Failure to provide this information before close of this request for quote will be deemed non-responsive and will not be considered for award.
Instructions to Offerors
Only electronic offerors will be accepted. Quotes are due by 10:00 AM PST on October 6, 2015.
FAR 52.212-1 Instructions to Offerors - Commercial Items (APR 2014).
FAR 52.212-2 2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) The Government will award a contract resulting from this solicitation to the offeror that has the lowest price and that is technically acceptable.
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (MAR 2015): 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.
FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (MAY 2015).
FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (MAY 2015) For the purposes of this clause, items (b) 14, 23, 25-28, 33, 40, 41, 44, and 50 are considered checked and apply.
FAR 52.211-6 Brand Name or Equal (AUG 1999)
FAR52.214-21 Descriptive Literature (APR 2002)
VAAR 852.203-70 Commercial Advertising (Jan 2008)
VAAR 852.211-73 Brand Name or Equal (JAN 2008)
VAAR 852.232-72 Electronic Submission of Payment Requests (November 2012)
VAAR 852.246-71 Inspection (JAN 2008)
Salient Characteristics
Offerors will be evaluated to the extent they can provide the items (or equal). The Government will award to the lowest priced, responsible, technically acceptable offeror. For those quoting equal items, please provide specifications sheet and other applicable documents that demonstrate equality and satisfaction for each of the salient characteristics listed.
Items must meet the following salient characteristics:
Essential/significant physical, functional, or performance characteristics:
1. Two position side rails and StayPut technology
2. Light weight and portable
3. Designed to make detection and documentation of middle ear pathologies fast and accurate.
4. Flexible screening for tympanometry, acoustic reflex measurements and audiometry to meet needs today and in the future.
5. During manual audiometry, the operator controls the selection of frequencies, signal format (steady, pulsed and FM), intensity, tone presentation and identification of the hearing threshold.
6. Bending and pulling motions are minimized.
Compatibility:
GSI 39 Auto Tymp
Industry Standard:
" Meets the required industry standard
" ANSI S3.39 1987 Aural Acoustic Impedance/Admittance (Type 3)
" IEC 60645-5 (2004) Electroacoustics-Audiological Equipment Part 5 Instruments for Measurement of Aural Acoustic Impedance/Admittance (Type 2)
" ANSI S3.6 (2004) Specifications for Audiometers (Type 4)
" IEC 60645-1 (2002) Electroacoustics-Audiological Equipment-Pure Tone Audiometers (Type 4)
" GL 2005-00014 (ASHA 2005) Guidelines for Manual Pure Tone Threshold Audiometry
" ISO 8253-1 (1989) Acoustics-Audiometric test methods
" UL 60601-1 (2003) Medical Electrical Equipment, Part 1 General Requirements for Safety 2nd Edition
" CAN/CSA - C22.2 No. 6011-M90 (2003) Medical Electrical Equipment, Part 1 General Requirements for Safety, Electrical Equipment for Laboratory Use
" IEC/EN 60601-1 Medical Electrical Equipment, Part 1, General Requirements for Safety
" IEC/EN 60601-1-4 Medical Electrical Equipment, Part 1, General Requirements for Safety for Programmable Electronic Medical Systems
" IEC/EN 60601-1-2 (2001) Medical Electrical Equipment, Part 1, Electromagnetic Compatibility
Bid Protests Not Available