Federal Bid

Last Updated on 07 Dec 2021 at 9 PM
Combined Synopsis/Solicitation
Lexington Kentucky

Audiostar Pro 2-Channel Clinical Audiometer

Solicitation ID 36C24922Q0072
Posted Date 07 Dec 2021 at 9 PM
Archive Date 20 Feb 2022 at 5 AM
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office 249-Network Contract Office 9 (36c249)
Agency Department Of Veterans Affairs
Location Lexington Kentucky United states 40511

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued.

This solicitation is issued as an RFQ.  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-01.

This solicitation is set-aside for SDVOSB

The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1,250 employees.

The FSC/PSC is 6515.

The Network Contracting Office 9, 1639 Medical Center Pkwy, Suite 400, Murfreesboro, TN. 37129 is seeking to purchase Audiostar Pro 2-Channel Clinical Audiometer.

The VA Medical Center Franklin R. Sousley Campus located in Lexington, Kentucky Audiology Service has the need for a CLINICAL AUDIOMETER for the activation of building 28 Audiology Speech.

All interested companies shall provide quotations for the following:

Supplies/Services

Audiostar Pro 2-Channel Clinical Audiometer:

  • AMTAS Automated Audiometry Module
    • Response Hand switch
    • Headset, Operator/Monitor
    • Headphones, Assistant (Aux Intercom)
    • Extension cable - Assistant headphones, 3.5 meters
    • Talk Back Microphone with mounting bracket
    • Instruction Manual (AudioStar Pro), English, hardcopy
    • Quick Guide, English, hardcopy
    • Gooseneck Microphone
    • Calibration Certificate
    • Dust Cover
    • GSI Suite - Audiometric Data Management
    • cable, USB A/B, 2 meters
    • Wireless keyboard and mouse Transducers:
    • TDH Headphones
    • B81 Bone oscillator
    • IP 30 Insert earphones
    • HDA High frequency headphones

• Touch screen PC for use with GSI-AMTAS

• High Performance 100 dB Speakers (2)

• High Performance Amplifier 100 dBHL (For use with High Performance speakers)

See attached Line Items Spreadsheet for a list of line item numbers, items, quantities, and units of measure.   

Offeror quotations must demonstrate meeting the physical, functional, or performance characteristic specified in this solicitation, otherwise it will be considered non-responsive. The technical specifications for this requirement are listed for Brand Name or Equal per FAR 52.211-6.

Delivery shall be provided no later than 60 days after receipt of order (ARO).

Delivery terms, FOB destination

Place of Performance/Place of Delivery

Address:

Franklin R. Sousley Campus

2250 Leestown Road

Lexington, KY.

Postal Code:

40511

Country:

UNITED STATES

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:

  1. FAR 52.212-1, “Instructions to Offerors–Commercial Items”

Addendum:

Provisions that are incorporated by reference (by Citation Number, Title, and Date), have 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 version of FAR 52.212-1 in the addendum is tailored for Simplified Acquisition Procedures and supersedes the current version of FAR 52.212-1 contained in the FAR.

The following provisions are incorporated into 52.212-1 as an addendum and applies to this solicitation. 

(ix) 52.212-2 Evaluation -- Commercial Items (Oct 2014) – This provision is applicable to the solicitation.

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 factors shall be used to evaluate offers:

Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the salient characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling, and convincing evidence that equal-to items meet all the salient characteristics. 

(End of Provision)

FAR Number   Title                               Date

52.204-7  System for Award Management OCT 2018

52.204-16 Commercial and Government Entity Code Reporting AUG 2020

52.211-6 Brand Name or Equal AUG 1999

52.214-21 Descriptive Literature APR 2002

  1. FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items”

www.sam.gov registration is required to be active at time of submission of response.

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, “Offerors Representations and Certifications–Commercial Items.” If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:

  • FAR 52.212-4, “Contract Terms and Conditions–Commercial Items” Nov 2021

  • FAR 52.212-5, “Contract Terms and Conditions Required to Implement Statutes or Executive Orders” Jul Nov 2021

The following subparagraphs of FAR 52.212-5 are applicable:

  • 52.203–6, Restrictions on Subcontractor Sales to the Government (JUN 2020), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).
  • 52.204–10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub. L. 109–282) (31 U.S.C. 6101 note).
  • 52.209–6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) (31 U.S.C. 6101 note).
  • 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)).
  • 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Sep 2021) (15 U.S.C. 657f).
  • 52.219-28, Post Award Small Business Program Rerepresentation (Sep 2021) (15 U.S.C 632(a)(2)).
  • 52.219-33, Nonmanufacturer Rule (Sep 2021) (15 U.S.C. 637(a)(17))
  • 52.222–19, Child Labor—Cooperation with Authorities and Remedies (JUL 2020) (DEVIATION) (E.O. 13126).
  • 52.222-21, Prohibition of Segregated Facilities (APR 2015).
  • 52.222–26, Equal Opportunity (SEP 2016) (E.O. 11246).
  • 52.222–35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212).
  • 52.222–37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212).
  • 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496).
  • 52.222-50, Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
  • 52.225-1, Buy American—Supplies (Nov 2021) (41 U.S.C. chapter 83).
  • 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
  • 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (Oct 2018) (31 U.S.C. 3332).

  • VAAR 852.212-70 Provisions and Clauses Applicable to VA Acquisition of Commercial Items (APR 2020)

The following subparagraphs of VAAR 852.212-70 are applicable:

  • 852.203–70, Commercial Advertising.
  • 852.219–10, VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside.
  • 852.232–72, Electronic Submission of Payment Requests.
  • 852.233–70, Protest Content/Alternative Dispute Resolution.
  • 852.233–71, Alternate Protest Procedure.
  • 852.246–71, Rejected Goods.

  • VAAR 852.219-74 Limitations on Subcontracting—Monitoring and Compliance (JUL 2018)
  • VAAR 852.232-72 Electronic submission of payment requests (NOV 2018)
  • All Invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests.
  • FSC e-Invoicing Payment

http://www.fsc.va.gov/fsc/einvoice.asp

Invoice Setup Information 1-877-489-6135

Invoice must be submitted electronically

All quoters shall submit the following:

  1. Quoter NACIS code
  2. drawings, (shop drawings, typical etc.)
  3. complete manufacturer’s product specifications
  4. completed line item spreadsheet
  5. product literature
  6. warranty

All quotes shall be sent to the Network Contracting Office 9, [email protected].

Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13.  Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.  

The following are the decision factors:

Lowest priced quotation that meets all salient characteristics and the following factors:

  1. drawings, (shop drawings, typical etc.)
  2. complete manufacturer’s product specifications
  3. completed line item spreadsheet
  4. product literature
  5. warranty

The award will be made to the response most advantageous to the Government.

Responses should contain your best terms, conditions.

Acceptability of equipment/services shall be established by review of each submitted quotation by the designated evaluator(s) and verification that any equal-to items meet the characteristics included in this solicitation. Submissions to this solicitation must show clear, compelling, and convincing evidence that equal-to items meet all the characteristics.  Offers that include any items that are not determined as Brand Name or Equal shall result in an unacceptable offer.  See 52.211-6 Brand Name or Equal for additional information.

To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:

"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."

OR

"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"

 Quoters shall list exception(s) and rationale for the exception(s), if any.

Submission of your response shall be received not later than 1:00pm CDT, December 20, 2021 at [email protected].  

Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.

Point of Contact

Contract Officer

Jeffery Ridenour

615-225-5628

[email protected]

Bid Protests Not Available

Similar Past Bids

New york New york 15 Aug 2018 at 1 PM
New york New york 25 Aug 2018 at 6 PM
Overton Nebraska 08 Dec 2020 at 4 PM
Overton Nebraska 16 Dec 2020 at 1 PM
Fort belvoir Virginia 24 May 2023 at 8 PM