Pre-Solicitation Notice / Sources Sought / SDVOSB/VOSB/SB Set-Aside
The Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office (NCO 10), Cincinnati, Ohio 45220-2637 intends to solicit proposals from contractors on the Open-Market or an established government contract to provide Calibration and maintenance of audiology equipment on a bi-annually bases (See Below), using a Firm-Fixed Price (1-year Base + 4 Option Years) contract as the procurement method.
See statement of work:
The VA anticipates issuing an open and continuous solicitation for this requirement on or about 10-25-2017. Quotes will be accepted for a 15-day period commencing with the issuance date of the solicitation. Interested contractors will be responsible for downloading copies of the solicitation (and any subsequent amendments) from that website, and no hard copies will be made available. The solicitation will provide instructions to contractors about the proposal submission process. Prospective Offerors are encouraged to register their interest in the solicitation on the FBO website (https://www.fbo.gov) so that they are notified of the issuance of the solicitation and any amendments.
In accordance with FAR 52.204-7, System for Award Management, prospective contractors must be registered in System for Award Management (SAM) and in VetBiz database if applicable (VetBiz registration is required for Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses) under the applicable NAICS. Contractors may obtain SAM information at https://www.sam.gov and Vet Biz information at http://www.vip.vetbiz.gov. To be eligible for award, contractors must be registered in the System for Award Management database. Registration is free and potential offerors are encouraged to visit the SAM website as no contract can be awarded to any offeror not registered in SAM.
NAICS Code is 811219 with a Small Business Size Standard of $20.5 Million. The solicitation will be issued to the Open-Market. Please contact the VA, via the contact information below if you are a small business and believe that you can supply this service. One award is expected to be made. All responsible sources may submit quotes to be considered by the Department of Veterans Affairs.
The VA will only consider proposals from contractors who are registered as mentioned above and no on the Excluded Parties List. This procurement will be awarded on the basis of the lowest price technically acceptable, main selection factor is the contractors past performance.
The Supplies/Services are to be delivered at the address above.
Questions concerning this announcement should be directed to the Contract Specialist using the email link provided. Telephone requests for information or questions will NOT be accepted. Please email requests or questions to Luke Turner at the following e-mail address:
[email protected] and ensure that the subject line includes: solicitation no. 36C250-17-Q-0049 and please include the company name and DUNES #.
Department of Veterans Affairs
Network Contracting Office (NCO) 10
260 E. University Avenue
Cincinnati, Ohio 45220-2637
Station Code: 36C250
SCOPE OF WORK (SOW)
Contract Title:
Calibration & Repairs Audiology Equipment
Background:
Quality calibration is vital to ensuring accurate testing results for staff & patients. Calibration service for audiometers, tympanometers, fitting and verification systems, balance assessment equipment, OAE and ABR devices, and sound rooms is indispensable in ensuring accurate diagnosis and therapy.
Scope:
The Columbus VA Medical Center and surrounding local sites require services to have audiology equipment to be
Specific Tasks:
Provide maintenance and calibration for equipment listed below (by site) twice annually.
Columbus VA Medical Center
420 North James Road
Columbus, Ohio 43219-1834
Completed during the months of December and June (Bi-Annually):
Asset Name
Location
Serial number
Audioscan Verifit 2
Columbus
C2002
Audioscan Verifit 2
Columbus
C2001
Audioscan Verifit 2
Columbus
C2099
Audioscan Verifit 2
Columbus
C2100
Audioscan Verifit 2
Columbus
C2098
Audioscan Verifit 2
Columbus
C2101
Audioscan Verifit 2
Columbus
C2003
Audioscan Verifit 1
Columbus
4590
Audioscan Verifit 1
Columbus
4591
Madsen Otoflex
Columbus
151765
Madsen Otoflex
Columbus
151766
Madsen Otoflex
Columbus
151767
Madsen Otoflex
Columbus
151769
Madsen Otoflex
Columbus
151770
Madsen Astera
Columbus
153318
Madsen Astera
Columbus
157668
Madsen Astera
Columbus
157670
Madsen Astera HF
Columbus
153369
Madsen Astera HF
Columbus
157680
Bio-Logic Scout Sport
Columbus
09I14666H
Bio-Logic Scout Sport
Columbus
13A19789K
Bio-Logic Scout Sport
Columbus
12L19572K
Bio-Logic Navigator Pro OAE/ABR
Columbus
O8F04880J
Bio-Logic Navigator Pro ABR
Columbus
12I06799T
Bio-Logic Navigator Pro OAE/ABR
Columbus
11C06374
Sound Booth
Columbus
NA
Sound Booth
Columbus
NA
Sound Booth
Columbus
NA
Sound Booth
Columbus
NA
Sound Booth
Columbus
NA
ICS Chartr 200 VNG
Columbus
NA
ICS NCA-200 Air Caloric
Columbus
NA
Welch Allyn Microtynmp 3
Columbus
201000747
Welch Allyn Microtymp 3
Columbus
201100346
Grove City Community Based Outpatient Clinic
1955 Ohio Drive
Grove City, Ohio, 43123
Completed during the months of March and September (Bi-Annually):
Interacoustics AT235H
Grove City
639886
Interacoustics AT235H
Grove City
639903
Bio-Logic Navigator Pro
Grove City
12K06843T
Audioscan Verifit
Grove City
4970
Bio-Logic Scout Sport
Grove City
8F12255
Interacoustics AC440 Equinox
Grove City
651947
Interacoustics Affinity
Grove City
651955
Welch Allyn Microtymp 2
Grove City
9800522
Acoustic Systems Booth
Grove City
5888
Acoustic Systems Booth
Grove City
HC50936
Daniel L. Kinnard VA Community Based Outpatient Clinic
1855 W. Main Street
Newark, OH 43055
Completed during the months of April and October (Bi-Annually):
Audioscan Verifit
Newark
4969
Biologic Navigator Pro
Newark
11C06374
Madsen Zodiac
Newark
338476
Welch Allyn microtymp 3
Newark
201000424
Acoustic Systems Booth
Newark
101337
Madsen Astera
Newark
353328
Performance Monitoring:
The contractor will supply a report for each facility within 10 days of the performance being completed detailing the work completed and the current state of the different items to the appropriate government personal. This individual will be identified once an award decision has been made.
Security Requirements:
The contractor personal performing the services shall where identification cards (with pictures) that are company issued.
Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI):
N/A
Other Pertinent Information or Special Considerations:
N/A
Place of Performance:
See Specific Task 1,2 and 3 for location (3) of performance under this contract.
Period of Performance:
The period of performance shall be for one (1) Base Year of 12 months and four (4) 12-month option years summarized as follows:
Base Year: From 11-15-2017 to 30-11-2018.
Option Year One (1): 11-15-2018 to 30-11-2019.
Option Year Two (2): 11-15-2019 to 30-11-2020.
Option Year Three (3): 11-15-2020 to 30-11-2021.
Option Year Four (4): 11-15-2021 to 30-11-2022.
Bid Protests Not Available