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 is VA250-17-Q-0488 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated NAICS code is 334516, Analytical Laboratory Instrument Manufacturing. The Small Business Standard is 1,000 employees. This is a total Service Disabled Veteran Owned Small Business set-aside. The requirement is for acquisition of the Grason Stadler Tympstar Pro, to be delivered to Louis Stokes VA Medical Center, 10701 East Boulevard, Cleveland OH 44106
This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-95. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/Far/. The selected Offeror shall comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors -Commercial Items, FAR 52.212-3, Offeror Representations and Certifications-Commercial Items - the selected offeror shall submit a completed copy of the listed representations and certifications or confirm that the annual representations and certifications was completed electronically via the SAM website accessed through http://www.acquisition.gov;
FAR 52.212-4, Contract Terms and Conditions-Commercial Items; 52.203-17, 52.203-99,52.204-4, and 52.232-40
FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.203-6, 52.204-10, 52.209-6, 52.211-6, 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-1, 52.225-13, and
52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
Evaluation: will be made using the procedures under FAR 13. Lowest Priced Technically Acceptable
The following VAAR Clauses apply
852.203-70 Commercial Advertising
852.211-70 Service Data Manuals
852.232-72 Electronic submission of payment requests
852.246-70 Guarantee (at least one year)
852.246-71 Inspection
The Following VAAR Provisions apply
852.211-72 Technical Industry Standards
852.219-10 - VA Notice of total service-disabled veteran-owned small business set-aside.
Quotes are to be emailed Percy Johnson at
[email protected], no later than 20 April 2017 3:00 p.m. EST.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
Audiology is requesting new tympstars to be used as part of our Audiology Assessment. The tympstar that we are requesting is the Grason-Stadler Tympstar PRO V2.TympStar Pro reinforces the legacy of ex
LOCAL STOCK NUMBER: 8108266
6.00
EA
Funding/Req. Number: 1
Background.
This piece of equipment is essential in performing a complete hearing evaluation. The patient is seated in the sound booth with headphones/eartipis and asked to subjectively respond to tones/speech stimuli. The tympstars offer a complete range of middle ear testing capabilities that support the needs of hearing healthcare at the Louis Stokes VA Medical Center.
Scope.
The Tympstar is manufacturer, designed, developed, and marketed under an ISO 13485 certified quality system. The Tympstar will allow the Audiologist to have full control over all parameters including the deflection criterion for reflex threshold testing, pump speed, sweep direction, stimulus starting intensity and more.
Size: 16 [41 cm] W x 11 [28 cm] D x 14.5 [37 cm] H
Weight: 12 lb [5.5 kg]
Power Consumption: 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
Display: Internal Color Touchscreen and optional eternal HDMI monitor
Interface: USB (keyboard, mouse, Flash Drive, PC communications)
Printout: External Deskjet printer
Probe Tone:
226 Hz (85 dB SPL ñ 1.5 dB) 678 Hz (72 dB SPL ñ 1.5 dB) 1000 Hz (69 dB SPL ñ 1.5 dB)
Accuracy: ñ 1%
Harmonic Distortion: Less than
EVALUATION CRITERIA/ SUBMISSION OF OFFER
All Questions Shall be submitted in writing in response to the Solicitation and are due no later than Friday 17 April 2017 at 3:00 PM EST. Questions shall be emailed to
[email protected] on or before the date and time stated. Any Government responses, answers, and or/comments to all questions will be posted by 18 April 2017.
Percy Johnson
Contract Specialist
Network Contract Office (NCO) 10
Office: 614 257 5534
Email:
[email protected]
Bid Protests Not Available