Federal Bid

Last Updated on 07 Jan 2021 at 4 PM
Combined Synopsis/Solicitation
Lubbock Texas

6515--NEW - Lubbock Audiometer (VA-21-00014637)

Solicitation ID 36C25721Q0316
Posted Date 07 Jan 2021 at 4 PM
Archive Date 13 Mar 2021 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 257-Network Contract Office 17 (36c257)
Agency Department Of Veterans Affairs
Location Lubbock Texas United states
This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only Solicitation; quotes are being requested and a written solicitation will not be issued.  Solicitation number 36C25720Q1307 is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. SET-ASIDE:  This requirement is a Service Disable Veteran Owned Small Business and Veteran Owned Small Business Set-Aside, the NAICS is 339113 and the small business size standard is 750 employees. In order to be eligible an offeror must be small for the applicable NAICS code at the time of the quote submission and at the time of award. Only qualified offerors may submit bids. Introduction:  A Firm Fixed Price award will be made to the lowest priced quote which conforms to the requirements within this solicitation and represents the best price to the Government. I.          Basis of Award The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation meets or exceeds the requirement at the lowest price, Lowest Price Technically Acceptable (LPTA). The quotes will be evaluated on the basis of the evaluation factors listed below.  The technical area will be evaluated on an "acceptable" or "unacceptable" basis.  Only those contractors determined to be technically acceptable will be evaluated on price.  DEFINITION RATING Passes (or meets) minimum standard requirements Acceptable Fails to meet minimum standard requirements Unacceptable STATEMENT OF WORK DESCRIPTION/SPECIFICATIONS Two Audiometers, shipping for the new Lubbock Clinic. SCOPE OF WORK: The Amarillo VA Healthcare System is seeking two (2ea) clinical audiometers for the Lubbock Clinic located at 3510 4th St. Lubbock, TX 79415. Contractor will provide all equipment, software, materials, calibrations, and training on said equipment. All waste and debris generated shall be removed and disposed of by contractor. Equipment shall be as detailed below or equivalent. I. EQUIPMENT IDENTIFICATION OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH ABILITY TO IMPORT DATA TO CPRS FRESH NOISE STIMULUS: AVAILABLE IN ENTIRE FREQUENCY RANGE WITHIN THE TRANSDUCER SPECIFIED RANGE. (FOR SF 125-12500 HZ, ACCURACY 0.3%) FULLY INTEGRATED TINNITUS QUESTIONNAIRES (THI, THS, TFI,) WITH ABILITY TO STORE, REVIEW AND SHARE DATA DURING ASSESSMENT INTEGRATED PEDIATRIC MODULE WITH VISUAL REINFORCEMENT AUDIOMETRY (VRA) PC BASED TWO CHANNEL AUDIOMETER-TWO SEPARATE AND IDENTICAL CHANNELS AIR, BONE AND SPEECH AUDIOMETER FULLY INTEGRATED QUICKSIN TEST INTEGRATED PSYCHOACOUSTICAL TESTS FOR PITCH AND LOUDNESS MATCHING, MINIMUM MASKING LEVEL (MML), AND RESIDUAL INHIBITION (RI) SPECIAL TESTS SUCH AS TEN TEST AND SAL TEST SUNSHINE CONTROL PANEL FOR TOUCHSCREEN USE  II. DEFINITIONS/ACRONYMS: A. Biomedical Engineer(ing) - Supervisor or designee. B. CO - Contracting Officer C. COT - Contracting Officer's Representative D. N/A E. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the AMAVAHCS premises. F. ESR - Vendor Engineering Service Report. A documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. G. Acceptance Signature - VA employee who is authorized to sign-off on the ESR which indicates that the PM has been concluded or is still pending completion, or that the Emergency Repair has been accomplished or is still in a pending status. H. Authorization Signature - COTR's signature; indicates COTR accepts work status as stated in ESR. I. NFPA - National Fire Protection Association. J. CDRH - Center for Devices and Radiological Health. K. VAMC - Department of Veterans Affairs Medical Center L. AVAHCS Thomas E. Creek Amarillo VA Healthcare System M. EPA- Environmental protection agency N. TCEQ- Texas Commission of Environmental Quality. III. CONFORMANCE STANDARDS: Contract service shall ensure that the equipment functions in conformance with the latest published edition of the applicable standards, such as: NFPA-99, UL, OSHA, VA, CDRH, etc. and the Manufacturer's Performance standards/ specifications as used when the equipment was originally procured and that any upgrades/updates will meet the stated standards/specifications. IV. HOURS OF COVERAGE: A. Normal hours of coverage are Monday through Friday from 8:00 am to 5:00 pm, excluding holidays. All service/repairs will be performed during normal hours of coverage unless requested or approved by COTR or his designee. B. Work performed outside the normal hours of coverage at the request of COTR or his designee will be approved with estimate by the CO or COTR. Billing will include service time plus one (1) hour for travel time, and exclude parts, as they are included in this contract. Work performed outside the normal hours of coverage at the request of FSE or contractor will be considered service during normal hours of coverage. NOTE: Hardware/software update/upgrade installations will be scheduled and performed during normal hours of coverage at no additional charge to the government. D. Federal Holidays observed by the AVAHCS are: New Years' Day Labor Day Martin Luther King Day Columbus Day Presidents' Day Veterans' Day Memorial Day Thanksgiving Day Independence Day Christmas Day VI. Repair Work: N/A VII. PARTS The Contractor has ready access to all parts, including unique and/or high mortality replacement parts. All parts supplied shall be compatible with existing equipment. The contract shall include all parts except -if applicable - those parts specifically listed as being EXCLUDED. The contractor shall use new parts. All parts shall be of current manufacture and have complete versatility with the presently installed equipment. All parts shall perform identically to the original equipment specifications. Rebuilt parts, used parts or those removed from another system shall not be installed. (The Contractor shall also list any excluded parts in their proposal under the repair contract). VIII. SERVICE MANUALS/TOOLS/EQUIPMENT: The AVAHCS shall not provide tools, (test) equipment, service manuals, or service diagnostic software to the contractor. Contractor shall obtain, have on file, and make available to its FSE all operational and technical documentation (such as operational and service manuals, schematics, and parts list) which are necessary to meet the performance requirements of this contract. The location and listing of the service manuals, by name and/or the manuals themselves shall be provided to the CO upon request. Contractor shall provide the COTR or Engineering two (2) copies of all documentation that pertains to any hardware, software, or firmware upgrade or repair. Contractor shall provide to the COTR or Engineering two (2) copies of the latest version(s) of all documentation and licensing agreements, which shall include operation, service, and diagnostic software. IX. DOCUMENTATION/REPORTS: The documentation (ESR) shall include detailed descriptions of the scheduled maintenance procedures performed, including replaced parts, and prices (for outside normal working hour services) required to maintain the equipment in accordance with Section III, Conformance Standards, and the manufacturer's specifications. Such documentation shall meet the guidelines as set forth in the Conformance Standards section. In addition, each ESR must, at a minimum, document the following data legibly and in complete detail: A. Name of contractor and contract number. B. Name of FSE who performed services. C. Contractor service ESR number/log number. D. Date, time (starting and ending), equipment downtime, and hours on-site for service call. E. VA purchase order number(s) covering the call if outside normal working hours. F. Description of problem reported by COTR/user (if applicable). G. Identification of equipment to be serviced: Inv. ID number, manufacturer's name, device name, model number, serial number, and any other manufacturer's identification numbers. H. Itemized Description of Service Performed (including, if applicable, Costs associated with after normal working hour services) including: Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. I. Total Cost to be billed (if applicable -- i.e., part(s) not covered or service rendered after normal hours of coverage). J. Signatures: 1. FSE performing services described. 2. Authorized VA Employee who witnessed service described. NOTE: Any additional charges claimed must be approved by the COTR before service is completed! X. REPORTING REQUIREMENTS: The Contractor shall be required to report to Engineering and Police Services to check in. This check in is mandatory. When the service is completed, the FSE shall document services rendered on a legible ESR(s). The FSE shall be required to check out with Engineering , Police Services and submit the ESR(s) to the COTR or designee. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COTR or designee for an "authorization signature". If the COTR is unavailable, a signed, authorized copy of the ESR will be sent to the Contractor after the work can be reviewed (if requested or noted on the ESR). Waste manifest documentation will be provided to Engineering Service. Any downtime of more than 4 hours will need to be scheduled in advance with the COTR. XII. ADDITIONAL CHARGES: There will be no additional charge for time spent at the site (during, or after the normal hours of coverage) for delivery of parts. XIII. REPORTING REQUIRED SERVICES BEYOND THE CONTRACT SCOPE: The Contractor shall immediately, but no later than 24 (twenty-four) consecutive hours after discovery, notify the CO and COTR (in writing) of the existence or the development of any defects in, or repairs required, to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The Contractor shall furnish the CO and COTR with a written estimate of the cost to make necessary repairs. XIV. CONDITION OF EQUIPMENT: Contractor may contact COTR to schedule site visit to examine equipment, prior to due date of proposal. The Contractor accepts responsibility for the equipment described in, paragraph I., in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the Contractor from performance of the requirements of this contract. XV. COMPETENCY OF PERSONNEL SERVICING EQUIPMENT: A. Each respondent must have an established business, with an office and full time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. B. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) has successfully completed a formalized training program, for the equipment identified in the Section B schedule. For field experience, the FSE(s) has a minimum of two years of experience (except for equipment newly on the market) with respect to scheduled and unscheduled preventive and remedial maintenance, on the equipment identified in the Section B schedule. C. The FSEs shall be authorized by the Contractor to perform the maintenance services. All work shall be performed by "Fully Qualified" competent FSEs. The Contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the Contractor services at the AVAHCS. The CO may authenticate the training requirements, request training certificates, or credentials from the Contractor at any time for any personnel who are servicing or installing any AVAHCS equipment. The CO and/or COTR specifically reserve the right to reject any of the Contractor's personnel and refuse them permission to work on the AVAHCS equipment. D. If subcontractor(s) are used, they must be approved by the CO; the Contractor shall submit any proposed change in subcontractor(s) to the CO for approval/disapproval. E. All safety procedures shall be utilized per NFPA,NEC or other applicable entities. Contractor shall supply all safety PPE necessary to complete this job. XVI. TEST EQUIPMENT: The Contractor shall provide upon request by COTR or designee, AVAHCS with a copy of the current calibration certification of all test equipment which is to be used by the Contractor on AVAHCS's equipment. Test equipment calibration shall be traceable to a national standard. XVII. IDENTIFICATION, PARKING, SMOKING, AND VA REGULATIONS: The Contractor's FSEs shall wear visible identification issued by the AVAHCS Police Section at all times while on the premises of the AVAHCS. It is the responsibility of the Contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police Section. The AVAHCS will not invalidate or make reimbursement for parking violations of the Contractor under any conditions. Smoking is prohibited inside any buildings at the AVAHCS. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in citation answerable in the United States (Federal) District Court, not a local district, state, or municipal court. XIX CONTRACT TIME PERIOD: Contract duration will be 60 working days after notification of Award. Any further delays must be presented to and approved by the CO. SALIENT CHARACTERISTICS & PRODUCT DESCRIPTIONS OTOMETRICS EQUIPMENT 2018 MADSEN ASTERA 2 AUDIOMETER - SALIENT CHARACTERISTICS OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH ABILITY TO IMPORT DATA TO CPRS FRESH NOISE STIMULUS: AVAILABLE IN ENTIRE FREQUENCY RANGE WITHIN THE TRANSDUCER SPECIFIED RANGE. (FOR SF 125-12500 HZ, ACCURACY 0.3%) FULLY INTEGRATED TINNITUS QUESTIONNAIRES (THI, THS, TFI,) WITH ABILITY TO STORE, REVIEW AND SHARE DATA DURING ASSESSMENT INTEGRATED PEDIATRIC MODULE WITH VISUAL REINFORCEMENT AUDIOMETRY (VRA) PC BASED TWO CHANNEL AUDIOMETER-TWO SEPARATE AND IDENTICAL CHANNELS AIR, BONE AND SPEECH AUDIOMETER FULLY INTEGRATED QUICKSIN TEST INTEGRATED PSYCHOACOUSTICAL TESTS FOR PITCH AND LOUDNESS MATCHING, MINIMUM MASKING LEVEL (MML), AND RESIDUAL INHIBITION (RI) SPECIAL TESTS SUCH AS TEN TEST AND SAL TEST SUNSHINE CONTROL PANEL FOR TOUCHSCREEN USE  PRODUCT DESCRIPTION MADSEN Astera² is an advanced, 2-channel clinical audiometer that delivers precision and flexibility. The MADSEN Astera² drives efficiency. At its core is OTOsuite software that integrates everything you do into one system. You can transition seamlessly from audiometry to video otoscopy, clinical OAEs, tympanometry and PMM. Store, share and report all data in the OTOsuite software universe or integrate directly with Noah and Electronic Medical Records (EMR). You can operate the MADSEN Astera2 in three different ways: via the optional control panel, a mouse/keyboard connected to a PC, or directly on a touch screen. The Sunshine control panel with large friendly icons enables you to switch from a classical view to a touch screen making daily routine tasks, such as an audiometer test battery even easier. Fully integrated tinnitus questionnaires (THI, THS, TFI,) enable you to store, review and share data during assessment. Psychoacoustic tests are combined into one module for streamlined tinnitus assessment like pitch and loudness matching, Minimum Masking Level (MML), and Residual Inhibition (RI). Integrated pediatric module with Visual Reinforcement Audiometry (VRA) protocol (optional). AURICAL PMM - SALIENT CHARACTERISTICS OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH WIRELESS, SIMULTANEOUS BINAURAL PROBE MIC MEASUREMENT SYSTEM WITH INTEGRATED RECD TRANSDUCERS 2-CHANNEL CAPABILITY THAT ALLOWS FOR MIXING OF MULTIPLE SIGNALS AT CHOSEN SIGNAL-TO-NOISE RATIO SIMULTANEOUSLY INTEGRATED FOR USE WITH HEARING INSTRUMENT MANUFACTURING SOFTWARE TO PROVIDE AUTOMATED VERIFICATION PROBETUBE ASSISTANT FOR CAREFREE PROBE TUBE PLACEMENT ONTOP MODE FOR EASY INTERACTION WITH FITTING MODULES ONTARGET MODE FOR EASY MATCHING TO TARGET OPTIONAL PROBES WITH LONG CABLES FOR PEDIATRIC USE COUPLER MEASUREMENTS FOR RECD STORED IN PROBE CALIBRATION DATA STORED IN THE PROBES LISTEN AT THE EARDRUM INTEGRATED STIMULUS SPEAKER SMALL FOOTPRINT WITH VESA MOUNTING OPTION FREESTYLE MODE WITH 2 CHANNEL STIMULUS FEATURE-2-BENEFIT MODE TINNITUS VERIFICATION PRODUCT DESCRIPTION The Aurical PMM (Probe Microphone Measurement) system is a pc-based, wireless, and binaural real ear solution. It provides verification of hearing aid settings and performance, achieving a more accurate fit at a patient s first visit. The PMM module lets you combine traditional REM functionality with speech stimuli and dynamic verification using modern speech signals such as ISTS and real speech passages to achieve more real world conditions. The FitAssist tools provide immediate and convenient support throughout the fitting process. OnTarget, Probe Tube Assistant, On Top Mode, Sequencing, and Otoscopy Quickview provide real time assistance for more efficient and effective fitting sessions. Test settings are configurable and can be saved. The Aurical PMM runs in Otosuite software. Otosuite is a powerful, intuitive, and customizable platform that integrates the entire audiometric test battery for efficient and flexible productivity. PMM, Audiometry, OAE, Tympanometry, and Video Otoscopy all operate in one interface for seamless, safe, and easy sharing with NOAH and EMR. AURICAL HIT (HEARING INSTRUMENT TEST) BOX - SALIENT CHARACTERISTICS OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH PC BASED HEARING INSTRUMENT TEST BOX ONE POSITION TESTING DIRECTIONALITY TESTS, FRONT AND BACK EAR TO EAR COMMUNICATION TESTING SNAP ON COUPLERS BATTERY PILL DETECTORS HI TESTING ACCORDING TO IEC AND ANSI STANDARDS BUILT IN LOOPS WALL OR DESK MOUNTING OPTIONS BUILT IN AMPLIFIER AND SPEAKER PRODUCT DESCRIPTION Aurical HIT (Hearing Instrument Test Box) offers a new approach to hearing instrument testing. The design of Aurical HIT ensures that each traditional step of coupler-based fitting or hearing instrument testing is either eliminated or made easier. The vertical design combines a small footprint with a strong feature set and portability. Its unique OnePosition design provides a more efficient test protocol, eliminating the need to reposition the hearing instrument throughout testing. Aurical HIT allows you to perform intuitive coupler-based fitting with RECD s, preprogramming, and pre-fitting without the patient present. It can operate independently of the Aurical PMM or be used in conjunction. It includes built-in automatic induction loops, auto detection of battery pills, 2-channel Freestyle mode, and is USB powered. Aurical HIT runs in Otosuite software. Otosuite is a powerful, intuitive, and customizable platform that integrates the entire audiometric test battery for efficient and flexible productivity. Audiometry, OAE, Tympanometry, and Video Otoscopy all operate in one interface for seamless, safe, and easy sharing with NOAH and EMR. ZODIAC - SALIENT CHARACTERISTICS OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH CLINICAL TYMPANOMETER DUAL PROBE OPTION LIGHT INDICATOR IN THE PROBE AND ON THE SHOULDER BOX KEVLAR REINFORCED PROBE CABLES SILICONE SHOULDER STRAP & ENCLOSED BUTTONS FOR EASY CLEANING/INFECTION CONTROL TRANSPARENT PROBE TIPS EASYLOCK PROBE TIPS LOCKING SYSTEM PROBE TONE (226HZ, 678HZ, 800HZ, 1000HZ) ADMITTANCE RECORDER B&G TYMPANOGRAMS PRODUCT DESCRIPTION The Madsen Zodiac is an immittance testing solution from Otometrics. It utilizes Otosuite Software, the shared interface for all Otometrics hearing assessment and fitting solutions. Otosuite keeps everything needed for the entire patient journey in one place, providing integration with Audiometry, OAE, Video Otoscopy, and Real Ear testing in one interface. It integrates seamlessly with NOAH and EMR for safe and easy sharing of patient files. Madsen Zodiac delivers the confidence and efficiency needed for successful immittance testing. Madsen Zodiac is available in three versions: Quick Check, Diagnostic, and Clinical. Its flexible design allows for stand-alone or PC-based testing. There are three probes available to meet all testing needs, a Quick Check, Comfort, and Classic design. The diagnostic probes are exceptionally lightweight to ensure quick sealing, maximum control, and reliable results. Light indicators on the probes and shoulder pad tell you which ear is being tested as well as the status of each test. Audio feedback and probe light indicators provide real time seal status, alerting you if a seal is lost and automatically resetting the pump for minimal test disruption. The shoulder strap is made from silicone for better grip and infection control, with a detachable control pad for easy cleaning. The cables are long, sturdy, and Kevlar-reinforced for extra strength. Buttons are one touch/one function for ease of use and are encapsulated to allow for easier to clean surfaces. The Madsen Zodiac is designed to meet the strict hygiene requirements of today s hospitals and clinics and helps to promote infection control. All surfaces are sealed, so there are no cracks where dirt and debris can accumulate. Probe tips are inexpensive and easily changeable with the Zodiac s Easylock System. CAPELLA 2 - SALIENT CHARACTERISTICS OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH PC BASED OAE SYSTEM (TE, DP I/O, DP GRAM, AND SOAE MODULES) CONTAINS PRECISE POINTS OPTION FOR ACCURATE AND EFFICIENT TESTING CONTAINS BROADBAND CHIRP OR OPTIMIZED IN SITU CALIBRATION OPTIONS PROBE FIT BEFORE AND AFTER TEST, INCLUDING SIGNAL CORRELATION USER-CONTROLLED OVERLAYS HISTORICAL DATA COMPARISON PRODUCT DESCRIPTION The Madsen Capella2 provides an objective and accurate analysis of cochlear function for all ages. It s the first OAE system to meet the international standard set for diagnostic OAE devices. Madsen Capella2 is a pc-based OAE testing device providing dynamic features in a modernized workflow. It checks the probe fit at the beginning and end of testing to provide testing comparison and confidence. User preferences and settings are configurable and can be run in sequence for more efficient testing. Ear data can be swapped. For stimulus calibration, the Madsen Capella2 uses Chirp or Optimized In Situ. Optimized In Situ provides more security and confidence in your data collection. Together with historical probe fit and data comparison you can accurately assess cases where slight changes in response are crucial, like patients receiving ototoxic medications or treatment. PrecisePoints provides the simplest way to set up the exact test frequencies you want. It allows the operator to quickly select commonly used audiometric test frequencies as the F2 test frequencies or set a range with predefined points per octave, providing a virtually infinite number of points per octave. Madsen Capella2 is run by Otosuite software. Otosuite is a powerful, intuitive, and customizable platform that integrates the entire audiometric test battery for efficient and flexible productivity. Audiometry, OAE, Tympanometry, Real Ear, and Video Otoscopy all operate in one interface for seamless, safe, and easy sharing with NOAH and EMR. OTOCAM - SALIENT CHARACTERISTICS OPERATES IN OTOSUITE SOFTWARE INTEGRATES WITH OTOSUITE PRODUCTS AND NOAH PC BASED VIDEO OTOSCOPE USB DIRECT CONNECTION TO PC 9.65 FT CABLE 720 (H) X 720 (V) PIXELS SENSOR RESOLUTION PREHEATED POWER PRODUCT DESCRIPTION Aurical Otocam 300 is a lightweight, portable, high quality video otoscope for diagnostics, counseling, and troubleshooting. Unique integration with a USB cable allows you to control the most important functions via buttons on the otoscope as well as from a pc. It has a modern and ergonomic design, as well as a built-in heater to prevent unclear images. The Aurical Otocam 300 is run by Otosuite software. Otosuite is a powerful, intuitive, and customizable platform that integrates the entire audiometric test battery for efficient and flexible productivity. Audiometry, OAE, Tympanometry, Real Ear, and Video Otoscopy all operate in one interface for seamless, safe, and easy sharing with NOAH and EMR. ICS IMPULSE SALIENT CHARACTERISTICS VALIDATED VERSUS SCLERAL SEARCH COILS WORKS WITH OTOSUITE VESTIBULAR SOFTWARE MODULE FOR SUPRRESSION HEAD IMPULSES (SHIMP) MODULES FOR POSITIONAL, OCULOMOTOR, AND TORSIONAL TESTING INTEGRATES WITH AVOR APP HIGH-SPEED USB CAMERA 60 GRAM LIGHTWEIGHT GOGGLES BUILT-IN CALIBRATION LASERS SUPPORTS USE OF VISION-DENIED CUPS HEAD POSITION FEEDBACK SPONTANEOUS NYSTAGMUS FILTER DISPOSABLE FACE CUSHIONS 3D NYSTAGMUS ANALYSIS PRODUCT DESCRIPTION ICS Impulse is a mobile and customizable video head impulse solution. Capabilities include Video Head Impulse, Video Frenzel, Video Head Impulse with SHIMP, Positional, Oculomotor, and Torsional tests modules. The high-speed USB camera provides the best available technology for measuring eye movements. Record and measure catch-up saccades (overt and covert), nystagmus, and skew deviation. The nine axis motion sensor accurately measures the head movement allowing for direct comparison of the head and eye. Head position feedback precisely tracks head motion in free space, providing instant feedback for correct head positioning during VHIT and Positional testing. The lightweight goggles weigh 60 grams, reducing slippage and providing quality data collection without missing or impacted eye movements. Built-in calibration lasers provide stimulus for calibration and Oculomotor testing. Superior pupil detection provides error-free data, configure and perform automatic protocols, and extensive reporting and recording options provide confidence, efficiency, and flexibility. ICS CHARTR 200 VNG/ENG SALIENT CHARACTERISTICS Works with ICS VNG/ENG software Shares patient database with ICS Chartr 200 EP & Otosuite Vestibular software 2-Channel or 4-Channel option Binocular VG-40 Goggles Lightweight, stackable design with small footprint Integrates with ICS Chartr 200 EP Integration with ICS Air Cal irrigator provides automatic test temperature adjustments Interpretation Assistant to offer assistance with interpretation of static, positional, and caloric tests Single screen presentation of PODS and Butterfly graphs Mobile or fixed light bar option Range finder on light bar ensuring patient is always at correct testing distance Auto fixation light automatically sets on/off time Caloric countdown timer between tests Foot switch for data collection PRODUCT DESCRIPTION The ICS Chartr 200 provides a comprehensive test battery for diagnosing a wide range of balance and dizziness disorders. Providing Videonystagmography (VNG) and/or Electronystagmography (ENG). A sleek and portable design offers a small footprint and workflow flexibility. Dedicated hardware assures a smooth stimulus presentation and accurate data collection. The rangefinder on the lightbar ensures that the patient is always the right distance from the stimulus and gives real time feedback throughout the test. The integrated ICS irrigator offers ease of use and accuracy through automatic temperature switching. The Interpretation Assistant provides assistance with test result interpretation, including customizable cutoff values to allow a clinic to use its own normative limits. The ICS Chartr 200 offers several options for recording the patient s eye movements, conjugate, disconjugate, and monocular. Easy recording, review, and transfer of digital video sequences provides the ability to easily share information with colleagues. ICS CHARTR EP 200 SALIENT CHARACTERISTICS Works with ICS Chartr 200 EP software Shares patient database with ICS Chartr 200 VNG/ENG & Otosuite Vestibular software Contains default protocols ABR, EcochG, AMLR, MLR, ALR, P300 test capability Lightweight, stackable design with small footprint FDA Approved VEMP test capability FDA Approved VEMP Monitor Optional Auditory Steady State Response Module (ASSR) PRODUCT DESCRIPTION The ICS Chartr EP 200 provides a comprehensive test battery for diagnosing a wide range of auditory and vestibular disorders. Test options include VEMP, ASSR, AMLR, ALR, P300, and more. The ICS Chartr EP 200 contains pre-loaded protocols and is customizable for clinics to create their own. The FDA-approved Vestibular Evoked Myogenic Potential Monitor provides instant feedback on how much contraction of the sternocleidomastoid is needed. The lights on the monitor indicate if the contraction is too low, too high, or optimal. The software interface ensures a smooth workflow. Easy access tabs make acquiring and reviewing data quick and intuitive. The New Test tab gives direct access to protocols, the Quick Settings tab gives easy access to protocol parameters, and the Review tab gives instant access to all saved data. The ICS Chartr EP 200 integrates with the ICS Chartr 200 VNG/ENG through Otosuite Vestibular software to share data. ICS AIRCAL SALIENT CHARACTERISTICS DIRECT COMMUNICATION WITH ICS CHARTR 200 VNG/ENG TO AUTOMATICALLY WARM & COOL INTEGRATED SPECULUM FOR UNOBSTRUCTED VIEWING OF THE TYMPANIC MEMBRANE UNIQUE HEAD DESIGN TO ALLOW COOLING OF AIR WITHOUT CONDENSATION BUILD-UP STARTS VIDEO TRACING OR CENTERS A TRACING USING A FOOT SWITCH OR TRIGGER SWITCH ON DELIVERY HEAD DISPOSABLE SPECULA FOR IRRIGATION AS WELL AS EASY VIEWING OF THE TYMPANIC MEMBRANE STABILIZES AT THE DESIRED TEMPERATURE IN LESS THAN 60 SECONDS TEMPERATURE, AIRFLOW, AND STIMULUS BEEP INTENSITY ADJUSTMENTS WATER RESERVOIR LEVEL DISPLAY TELLS YOU WHEN A REFILL IS NEEDED PRODUCT DESCRIPTION The ICS AirCal provides a modern choice for gold standard caloric irrigation. The ICS AirCal is quiet, has a small footprint and low weight (18lbs) making it easy to transport. The intuitive digital display and large buttons makes it easy to operate in the dark. Large, bright numbers and an angled display are visible from various positions within the room. Integration with the ICS Chartr 200 VNG/ENG enables automatic temperature adjustments while remaining close to the patient. The superior delivery head allows for an unobstructed view of the tympanic membrane, ensuring a straight flow of air to the TM for accurate results. Start video recording or center a tracing using the foot switch or trigger button on the deliver head. NAV PRO ONE SALIENT CHARACTERISTICS DIAGNOSTIC, 1-CHANNEL AEP DEVICE VIBRANT ICONS AND INTUITIVE DISPLAYS BATTERY OPERATED FOR MOBILE TEST CAPABILITY REDUCED ELECTRICAL INTERFERENCE FOR THE MOST HOSTILE OF ENVIRONMENTS FOR RECORDING ABR TESTING. CLICKS, TONE BURSTS, BROADBAND & NARROWBAND NAV-CHIRP CHILD MODE UTILIZING CARTOON ANIMATION TO KEEP CHILDREN QUIET AND STILL DURING TESTING OPTIONAL MODULES INCLUDE - SCREENING AND DIAGNOSTIC DPOAE, SCREENING AND DIAGNOSTIC TEOAE, BINAURAL OAE, SCREENING AUDIOMETRY (AIR), DIAGNOSTIC EXTENDED HIGH-FREQUENCY AUDIOMETRY, DIAGNOSTIC AUDIOMETRY (AIR, AIR/BONE, AIR/BONE/SPEECH), MAGIC, AABR, ASSR, EABR, ECOCHG. NOAH COMPATIBLE VIA BIO-LINK SOFTWARE Bio-logic® NavPRO ONE® is a flexible and compact Auditory Evoked Potential Response (AEP) system providing results you can trust. Legendary reliability in a handheld device This one-channel AEP device is powerful with similar capabilities to larger PC-based, desktop devices. PC-independent, handheld and transportable, it allows you to take your equipment to the patient or to remote locations. It is ideal for threshold estimation using tone burst or chirps, Auditory Steady-State Response (ASSR), diagnosis of auditory neuropathy, Electrical Auditory Brainstem Response (E-ABR) and screening ABR. Noah-compatible via Bio-link software. Customize tests to meet your needs with these modular combinations including Screening ABR, Screening OAE, Screening Audiometry, Diagnostic Audiometry, Diagnostic ABR, ASSR, Diagnostic OAE, Electrical ABR. AUDX PRO FLEX SALIENT CHARACTERISTICS DIAGNOSTIC TYMPANOMETRY INCLUDES ETF FOR PE TUBES AND INTACT TYMPANIC MEMBRANE MULTI-FREQUENCY PROBE TONES (226, 660, 800, AND 1000 HZ) ON-SCREEN 3D TYMPANOGRAM IMAGE SCISSOR PARADIGM VARIES THE INTENSITY DIFFERENCE BETWEEN THE TWO STIMULI TO MAXIMIZE RESPONSE AMPLITUDE SIMULTANEOUS MULTI-FREQUENCY OAE FMDPOAE FREQUENCY MODULATED DPOAE S CUSTOMIZABLE DPOAE PROTOCOLS UP TO 30 POINTS/OCTAVE NOAH COMPATIBLE VIA BIO-LINK SOFTWARE CHILD MODE FEATURE FOR CARTOON ANIMATION TO KEEP THE CHILD ENGAGED AND QUIET DURING THE TEST MAGIC MODULE PLAY AUDIOMETRY MODULE DIAGNOSTIC AUDIOMETRY WITH AIR, BONE, AND SPEECH (LIVE AND RECORDED) MODULAR PLATFORM OPTION INCLUDES AUDIOMETRY TESTING UP TO 16 KHZ PRODUCT DESCRIPTION Bio-logic® AuDX PRO FLEX® is the most versatile testing solution by Otometrics that combines Tympanometry, Otoacoustic Emissions (OAE), and Audiometry in one handheld device. Legendary reliability in a portable device, Bio-logic AuDX PRO FLEX is a flexible tabletop device from natus offering screening or diagnostic acoustic immittance. It is battery-operated, lightweight and portable allowing for easy transport to the patient. Bio-logic AuDX PRO FLEX is designed with your patient needs in mind. Modular test options allow you to add OAE and/or audiometry resulting in multiple tests in one single device. No other desktop device offers these tests in one unit. Customize tests to meet your needs with these modular combinations: Screening tympanometry Diagnostic tympanometry Screening audiometry Diagnostic audiometry Screening OAE Diagnostic OAE AUDX PRO SALIENT CHARACTERISTIC SCISSOR PARADIGM VARIES THE INTENSITY DIFFERENCE BETWEEN THE TWO STIMULI TO MAXIMIZE RESPONSE AMPLITUDE SIMULTANEOUS MULTI-FREQUENCY OAE FMDPOAE FREQUENCY MODULATED DPOAE S CUSTOMIZABLE DPOAE PROTOCOLS UP TO 30 POINTS/OCTAVE NOAH COMPATIBLE VIA BIO-LINK SOFTWARE CHILD MODE FEATURE FOR CARTOON ANIMATION TO KEEP THE CHILD ENGAGED AND QUIET DURING THE TEST MAGIC MODULE PLAY AUDIOMETRY MODULE PRODUCT DESCRIPTION Bio-logic® AuDX PRO® is a versatile Otoacoustic Emissions (OAE) solution by Natus with diagnostic testing. Add audiometry for an all-in-one assessment solution. Bio-logic AuDX PRO is a modular, handheld diagnostic OAE device from Natus designed to suit your needs and enhance your diagnostic tool box. It features modular test options for diagnostic audiometry configurable to access two tests in a single device. The use of innovative, state of the art technology improves speed, accuracy and efficiency. Noah-compatible via Bio-link software. The new Bio-logic AuDX PRO include adaptable functionality for screening and diagnostic testing. It features several customizable pre-sets for diagnostic settings with different parameters. AUDX SALIENT CHARACTERISTICS PURE TONE AND OAE SCREENING ALL-IN-ONE HANDHELD DEVICE SIMULTANEOUS MULTI-FREQUENCY OAE TESTS TWO FREQUENCIES AT THE SAME TIME FREQUENCY MODULATION PROVIDES BETTER OAE AMPLITUDE WITHOUT LOSING FREQUENCY SPECIFICITY REUSABLE PROBE TIP OPTIONAL PURE TONE SCREENING OF ANY 5 FREQUENCIES OPTIONAL PEDIATRIC FRIENDLY PLAY AUDIOMETRY MAGIC TEST NOAH COMPATIBLE VIA BIO-LINK SOFTWARE PRODUCT DESCRIPTION Bio-logic® AuDX® is a fast, easy-to-use OAE screener from Natus. It offers dual frequency OAE testing with an option to test both ears at the same time. Ideal for screening all ages, this screening device is configurable for OAE or OAE and audiometry screening. Noah-compatible via Bio-link software. The next generation Bio-logic AuDX comes with an intuitive touchscreen navigation purposely designed for fast, easy operation. The single-touch child mode feature starts an entertaining animation to keep the child engaged and quiet during the test. Print your test results to a PDF or the optional label printer. It is also Noah-compatible. The device is configurable for OAE screening and pure tone audiometry appropriate for screening patients of all ages. ICS IMPULSE MONOCULAR VNG SOLUTION SALIENT CHARACTERISTICS WORKS WITHOUT A LIGHTBAR OR EXTERNAL LIGHT SOURCE WORKS WITH OTOSUITE VESTIBULAR SOFTWARE ABILITY TO UPGRADE TO VIDEO HEAD IMPULSE TEST MODULES PORTABLE AND LIGHTWEIGHT HIGH-SPEED USB CAMERA 60 GRAM LIGHTWEIGHT GOGGLES BUILT-IN CALIBRATION & TEST LASERS SUPPORTS USE OF VISION-DENIED CUPS HEAD POSITION FEEDBACK DISPOSABLE FACE CUSHIONS PRODUCT DESCRIPTION ICS Impulse Monocular VNG Solution is a simple way to help balance patients. Easy to use and transport, the ICS Impulse Monocular VNG gives you the possibility to test and shorten the patient journey with more accurate referrals. Lightweight goggles with disposable face-cushion inserts means cleaning between patients for infection control purposes is simple. The ICS Impulse Monocular VNG is designed for flexibility with the ability to add test modules to increase your balance testing capabilities. Other options include lateral, LARP, and RALP head impulse modules, Suppression Head Impulse, and connectivity with ICS Chartr 200 and 200 EP databases. PATH SENTIERO DESKTOP SALIENT CHARACTERISTICS OAE, TYMPANOMETRY, AND PURE TONE AUDIOMETER TESTING MODULES BINAURAL AND SIMULTANEOUS OAE TEST DPOAE THRESHOLD ESTIMATION SOFTWARE MULTICHANNEL FMDPOAE (FREQUENCY MODULATED DPOAE) TWO SEPARATE TEST CAPABILITIES WITH ONE PROBE PLACEMENT OTOTOXICITY MONITORING WITH FREQUENCY RESOLUTION DOWN TO 10HZ STEPS PRINT TO PDF OR LABEL PRINTER PROBE LIGHT PRODUCT DESCRIPTION The Path Sentiero Desktop is the first and only device to combine OAE, Tympanometry, and Pure Tone Audiometry. Featuring multi-frequency Tympanometry, multi-channel FMDPOAE (Frequency Modulated DPOAE), dual probe placement capabilities (two ear simultaneous OAE testing), and two different test capabilities with one single probe placement. Pure Tone Audiometry available up to 16 kHz. The Sentiero Desktop is a flexible platform that is portable thanks to a rechargeable battery design. Print to PDF or label printer, customizable test presets, and an easy and intuitive touchscreen design provide great flexibility and ease of use. The Path Sentiero Desktop can be configured in a variety of ways with testing options for screening and/or diagnostic needs. Offers a DPOAE Hearing Threshold Estimation, a new patented test for use in difficult to test populations. PATH SENTIERO HANDHELD SALIENT CHARACTERISTICS DPOAE AND PURE TONE AUDIOMETRY OUT TO 16K SIMULTANEOUS BINAURAL OAE TEST DPOAE THRESHOLD ESTIMATION SOFTWARE MULTICHANNEL FMDPOAE FREQUENCY MODULATION MIRA SOFTWARE INTEGRATION PRINT TO PDF, LABEL PRINTER, OR MIRA SOFTWARE PRODUCT DESCRIPTION The Path Sentiero Diagnostic is an all-in-one integrated handheld instrument with DPOAE and Pure Tone Audiometry out to 16 kHz. Customizable DPOAE protocols between 800Hz and 10 kHz with up to 30 points per octave. Simultaneous binaural OAE testing increases efficiency through quicker results. Stores up to 1000 tests with long battery life. Ultra-compact design, less than 4 wide and only 8.5 high. Featuring multi-channel FMDPOAE (Frequency Modulated DPOAE) for fast and accurate results, and DPOAE Hearing Threshold Estimation for difficult to test patients. Print to PDF or label printer, customizable test presets, and an easy and intuitive touchscreen design provide great flexibility and ease of use. The Path Sentiero Desktop can be configured in a variety of ways with testing options for screening and/or diagnostic needs. The following clauses and provisions apply to this solicitation: 52.209-5, Certification Regarding Responsibility Matters 52.212-3, Offeror Representations and Certifications-Commercial Items 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items 52.217-8, Option to Extend Services The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. Evaluations of Options (July 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. This includes options under FAR 52.217-8, Option to Extend Services, which applies to this solicitation.  Evaluation of options under FAR 52.217-8 will be accomplished by using the prices offered for the last option period to determine the price for a 6-month option period, which will be added to the base and other option years to arrive at the total price.  Evaluation of options will not obligate the Government to exercise the option(s). 52.217-9, Option to Extend the Term of the Contract a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 (five) years. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. 52.203-17 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Right 52.203-99 Prohibition of Contracting with Entities That Require Certain Internal Confidentiality Agreements 52.219-14, Limitations on Subcontracting 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) 52.219-8, Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637(d)(2) and (3). 52.222-3, Convict Labor 52.222-41, Service Contract Labor Standards (MAY 2014) (41 U.S.C. chapter 67) 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards Price Adjustment (Multiple Year and Option Contracts) (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67) 52.222-55, Minimum Wages Under Executive Order 13658 (DEC 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.228-5 Insurance-Work on a Government Installation (JAN 1997) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 52.237-3 Continuity of Services (JAN 1991) 52.232-39, Unenforceability of Unauthorized Obligations (In the FAR https://www.acquisition.gov/far/html/52_232.html#wp1160005) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.233-3, Protest after Award (In the FAR https://www.acquisition.gov/far/html/52_233_240.html) 852.203-70, Commercial Advertising (JAN 2008) 852.232-72, Electronic Submission of Payment Requests 852.237-70, Contractor Responsibilities 52.252-1, Solicitation Provisions Incorporated by Reference: This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es). 52.252-2, Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es). Full text can be obtained at http://www.acquisition.gov/far/index.html 852.219-74 LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (JUL 2018) LIMITATIONS ON SUBCONTRACTING MONITORING AND COMPLIANCE (a) This solicitation includes far 52.219-6, Notice of Total Small Business Set-Aside. (b) Accordingly, any contract resulting from this solicitation is subject to the limitation on subcontracting requirements in 13 CFR 125.6, or the limitations on subcontracting requirements in the FAR clause, as applicable. The Contractor is advised that in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) retained by VA to assist in assessing the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirements specified in the clause. To that end, the support contractor(s) may require access to Contractor's offices where the Contractor's business records or other proprietary data are retained and to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor's compliance with the limitations on subcontracting or percentage of work performance requirement. 852.219-76 SUBCONTRACTING PLANS MONITORING AND COMPLIANCE. AS PRESCRIBED IN 819.7203(C) INSERT THE FOLLOWING CLAUSE: SUBCONTRACTING PLANS MONITORING AND COMPLIANCE (JUL 2018) (a) This contract includes FAR 52.219-9, Small Business Subcontracting Plan, and VAAR 852.219-9, VA Small Business Subcontracting Plan Minimum Requirement. (b) Accordingly, any contract resulting from this solicitation will include these clauses, unless the contract is awarded to a small business concern. The Contractor is advised in performing contract administration functions, the Contracting Officer may use the services of a support contractor(s) to assist in assessing the Contractor's compliance with the plan, including reviewing the Contractor's accomplishments in achieving the subcontracting goals in the plan. To that end, the support contractor(s) may require access to the Contractor's business records or other proprietary data to review such business records regarding the Contractor's compliance with this requirement. (c) All support contractors conducting this review on behalf of VA will be required to sign an Information Protection and Non-Disclosure and Disclosure of Conflicts of Interest Agreement to ensure the Contractor's business records or other proprietary data reviewed or obtained in the course of assisting the Contracting Officer in assessing the Contractor for compliance are protected to ensure information or data is not improperly disclosed or other impropriety occurs. (d) Furthermore, if VA determines any services the support contractor(s) will perform in assessing compliance are advisory and assistance services as defined in FAR 2.101, Definitions, the support contractor(s) must also enter into an agreement with the Contractor to protect proprietary information as required by FAR 9.505-4, Obtaining access to proprietary information, paragraph (b). The Contractor is required to cooperate fully and make available any records as may be required to enable the Contracting Officer to assess the Contractor compliance with the subcontracting plan. SUBMISSION OF QUOTE (FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS): The Offeror shall submit their quote on company letterhead and shall include unit price, overall total price, name, address, and telephone number of the offeror, firm's DUNS# and ORCA document in SAM at www.sam.gov.  Complete copy of 52.212-3 Offerors Representations and Certifications- Commercial Items, and ORCA document. The offeror shall provide sufficient evidence that they possess adequate resources, capability, experience, responsibility and integrity to meet the technical capabilities to comply with the requirements of the resulting contract. All quotes received without this documentation will not be considered. Quotes must be received no later than Monday, September 9, 2019, 1200 am CST. Email your quote to [email protected]. The subject line must specify 36C25720Q1307. There will be no automated email notification of receipt of quotes. All quotes received without requested documentation will not be considered. These services are subject to the Service Contract Act and Wage and Determination (WD 15-5227 Rev.-7) which was first posted on www.wdol.gov on 01/01/2019 and can be assessed at https://www.wdol.gov/wdol/scafiles/std/15-5227.txt?v=6. A.1 VAAR 852.219-10 VA NOTICE OF TOTAL SERVICE-DISABLED VETERAN-OWNED SMALL BUSINESS SET-ASIDE (JUL 2019) (DEVIATION) (a) Definition. For the Department of Veterans Affairs, Service-disabled veteran owned small business concern or SDVOSB : (1) Means a small business concern: (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled Veterans or eligible surviving spouses (see VAAR 802.101, Surviving Spouse definition); (ii) The management and daily business operations of which are controlled by one or more service-disabled Veterans (or eligible surviving spouses) or, in the case of a service-disabled Veteran with permanent and severe disability, the spouse or permanent caregiver of such Veteran; (iii) The business meets Federal small business size standards for the applicable North American Industry Classification System (NAICS) code identified in the solicitation document; (iv) The business has been verified for ownership and control pursuant to 38 CFR part 74 and is so listed in the Vendor Information Pages (VIP) database (https://www.vip.vetbiz.va.gov); and (v) The business will comply with VAAR subpart 819.70 and Small Business Administration (SBA) regulations regarding small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR 121.406 and 125.6, provided that any reference therein to a service-disabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB. The nonmanufacturer rule and the limitations on subcontracting apply to all SDVOSB and VOSB set-asides and sole source contracts. (2) Service-disabled Veteran means a Veteran, as defined in 38 U.S.C. 101(2), with a disability that is service-connected, as defined in 38 U.S.C. 101(16). (b) General. (1) Offers are solicited only from eligible service-disabled veteran-owned small business concerns. Only VIP-listed service-disabled veteran-owned small business concerns (SDVOSBs) may submit offers in response to this solicitation. Offers received from concerns that are not VIP-listed service-disabled veteran-owned small business concerns shall not be considered. (2) Any award resulting from this solicitation shall be made to a VIP-listed service-disabled veteran-owned small business concern that meets the size standard for the applicable NAICS code. (c) Representation. By submitting an offer, the prospective contractor represents that it is an eligible SDVOSB as defined in this clause, 38 CFR part 74, and VAAR subpart 819.70. Pursuant to 38 U.S.C. 8127(e), only VIP-listed SDVOSBs are considered eligible. Therefore, any reference in 13 CFR part 121 and 125 to a servicedisabled veteran-owned small business concern (SDVO SBC), is to be construed to apply to a VA verified and VIP-listed SDVOSB and only such concern(s) qualify as similarly situated. The offeror must also be eligible at the time of award. (d) Agreement. Agreement. When awarded a contract (see FAR 2.101, Definitions), including orders under multiple-award contracts, or a subcontract, an SDVOSB agrees that in the performance of the contract, the SDVOSB shall comply with requirements in VAAR subpart 819.70 and SBA regulations on small business size and government contracting programs at 13 CFR part 121 and 125, including the nonmanufacturer rule and limitations on subcontracting requirements in 13 CFR part 121.406 and 125.6, provided that for purposes of the limitations on subcontracting, only VIP-listed SDVOSBs shall be considered eligible and/or similarly situated (i.e., a firm that has the same small business program status as the prime contractor). An independent contractor shall be considered a subcontractor. An otherwise eligible firm further agrees to the following: (1) Services. In the case of a contract for services (except construction), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (2) Supplies or products. (i) In the case of a contract for supplies or products (other than from a nonmanufacturer of such supplies), it will not pay more than 50% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (ii) In the case of a contract for supplies from a nonmanufacturer, it will supply the product of a domestic small business manufacturer or processor, unless a waiver as described in 13 CFR 121.406(b)(5) is granted. (3) General construction. In the case of a contract for general construction, it will not pay more than 85% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (4) Special trade contractors. In the case of a contract for special trade contractors, it will not pay more than 75% of the amount paid by the government to it to firms that are not VIP-listed SDVOSBs. (5) Subcontracting. Any work that a VIP-listed SDVOSB subcontractor further subcontracts will count towards the percent of subcontract amount that cannot be exceeded. For supply or construction contracts, cost of materials is excluded and not considered to be subcontracted. For mixed contracts and additional limitations, refer to 13 CFR 125.6. (e) Joint ventures. A joint venture may be considered an SDVOSB if the joint venture is listed in VIP and complies with the requirements in 13 CFR 125.18(b), provided that any reference therein to service-disabled veteran-owned small business concern or SDVO SBC, is to be construed to mean a VIP-listed SDVOSB. A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (d) of this clause will be performed by the aggregate of the joint venture participants. (f) Precedence. For any inconsistencies between the requirements of the SBA program for service-disabled veteran-owned small business concerns and the VA Veterans First Contracting Program, as defined in VAAR subpart 819.70 and this clause, the VA Veterans First Contracting Program requirements have precedence. (End of Clause) End of Document End of Document
Bid Protests Not Available

Similar Past Bids

Boston Massachusetts 12 Oct 2021 at 10 PM
Boise Idaho 06 Jul 2021 at 7 PM
Tomah Wisconsin 09 May 2017 at 7 PM
Los angeles California 15 Jul 2024 at 3 PM
Location Unknown 29 Jun 2017 at 2 PM

Similar Opportunities