Federal Bid

Last Updated on 11 Sep 2018 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

OTOACOUSTIC EMISSION ANALYZER

Solicitation ID W81K0218Q0183
Posted Date 07 Aug 2018 at 6 PM
Archive Date 11 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Regional Health Contr Ofc Pacific
Agency Department Of Defense
Location United states
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED.

This is solicitation, no. W81K0218Q0183; Purchase Request; 0011211658, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-98. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510; Size Standard for small business is 1,250 employees. RFQ is being issued as a SMALL BUSINES SET-ASIDE. This requirement is for Clinical Otoacoustic Emission Analyzers with docking stations and accessories listed below to be used at Madigan Army Medical Center, Joint Base Lewis-McChord (JBLM) Tacoma WA. The proposed purchase order is a one-time procurement for LINE ITEMS 0001 through 0005.

All responsible Contractors shall provide an offer for the following Brand Name or
Equal Products:

LINE ITEM 0001 Otoacoustic Emission Analyzer w/ Docking Station, EA 00004
Pre-loaded Software, Probe, sample-disposable tips, USB Cable, Charger, Carry Case.

LINE ITEM 0002: Wireless Module, Printer / Feature EA 00004
LINE ITEM 0003: Printer Pack                                 EA 00001
LINE ITEM 0004: In-service-Training                       EA 00001
LINE ITEM 0005: Freight / Shipping                        EA 00001


SALIENT CHARACTERISTICS:

Optical Design:

Ergonomic handheld format
Large, clear detailed, color graphic and numeric data display
Charge status indicators
Intuitive menu driven operation via keypad
Extensive protocol control with login and administrative functions
Automatic or manual test settings.
Configurable automatic test termination based on signal quality or clinical pass criteria.
Powerful multi-processor internal architecture.


DPOAE:

Advanced DPgram 1-8kHz, 2-16 pts/oct, 1-13 frequencies
Standard DPgram 6 pts, 1-8kHz, 2 pts/oct
DP Zoom down to ½ octave band with up to 16 pts/oct resolution
Programmable DP f1 and f2 stimulus levels, 40-75 dBSPL
DP growth I/O function analysis, dB/dB and scissor modes
Intelligent or manual test progress management for fast testing

TEOAE:

Quickscreen with ‘ILO' analysis
Waveform display, dBSPL, SNR and Repro
Frequency analysis 1-6kHz, 6 bands, ½ octave analysis
High resolution spectrum (80Hz bandwidth)
TEOAE + DPOAE
Programmable test macro and automatic OAE monitor
Customizable normative range display markers
Powerful noise artefact rejection tools
12 Test modes, 10 fully configurable - including mode names
Unique real-time probe check-fit accuracy displays

ONBOARD DATA MANAGEMENT:

Raw data recall and compare
Patient data entry on illuminated keypad
Extensive 5000 tests and 1000+ name record database, searchable by
name, ID, date, tester DoB

ADVANCED DATA ANALYSIS AND MANAGEMENT:

USB transfer to PC for full ILO-V6 software analysis
and tracked integration into Echoport V6 database,
exporting to OZ, Hitrack, ASCII, XML, archive

HARDWARE FACILITIES:

Docking station with PC, printer and PSU inputs
Optional wireless printing, barcode scanning and RFID tag reader
Fully updateable firmware from PC
Power-on self-test and probe calibration test functions
For contract users or with volume purchases, there are additional
chargeable expansion options, e.g. modem or web services

TECHNICAL SPECIFICATIONS:

User interface: Display: 65K color, high resolution. Input: Alphanumeric keypad with cursor control
and menu soft keys.

Test capacity: More than 250 test cycles or one full working week (typical use).
Memory and storage: More than 5000 test records. 1024 patient records.
Hardware options: Wireless printing/internal barcode reader/RFID scanner.
Data acquisition: Analogue interface: 2 x 16bit (output) and 1 x 16 bit (input) channels.
Frequency response - 160Hz to 12 KHz (electrical).
Electrical interfaces: Probe connector (8-pin). Data/charge connector - USB 1.1/2.0 compatible PC connection for data and Charging. Optional wireless interface to printer.

Power: Internal rechargeable 3.7v, 1000mAh lithium-polymer battery. Charge time: 3 hrs. to 90%.
Approx. 4 hrs. to 100% capacity. Intelligent multi-level power control. Maximum power use:
Testing - 1000mW. Charging - 2.5W.
Dimensions: 7.6" x 2.7" x 1.2" (195mm x 70mm x 30mm).
Weight: 7.5 oz. (214 g).
Operating environment: For indoor use at 41 to 104°F (5-40°C). Max
humidity 80% up to 88°F (31°C) decreasing linearly to 5% RH at 104°F (40°C).
Transport and storage environment: 32-104°F (0°C to 40°C). Pressure range: 23-101KPa.
Humidity: 10% to 90% non-condensing.
Classifications and standards: Device Class 2a (Directive 93/42/EEC). ISO 13485. ISO 14971.
BS EN 60601. UL 60601. CSA-C22.601

Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA. Pricing quote shall include all applicable freight and fees.

EVALUATION OF FACTORS:

Award will be made based on Technically Acceptable, Lowest price.
The evaluated price will be the total price of the quote, to include all fees as indicated and freight charges in the solicitation.

Technical Factors are more important than Price. Price must be determined to be fair and reasonable.

The following clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.232-33 Payment by Electronic Funds, 52.252-2, Addendum to 52.212-1 (Local Provision 5004), The following Addendum to FAR 52.212-4(c) (Local Clause 5003) will also be included in the agreement: UNILATERAL CHANGES 1. The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature.
The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6 Notice of Total SB Set-side, 52.219-28 Post Award SB Program Re-representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy

The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components.

The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil .

All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF).
Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov . Submission of prospective offers to include; Vendor Capability Statement, SAM Report are due by XXXXX @ 12:00 Noon, Pacific Standard Time. All Offers Submitted must be signed and dated sent via fax to Walter Bischoff at (360) 360-0787 or email: [email protected]. If these requirements are not met, the prospective Offer will be rejected.
.
Contracting Office:

Regional Health Contracting Office-Pacific
Joint Base Lewis-McChord (JBLM), Health Contracting Cell,
673 Woodland Square Loop SE, Suite 101
Lacey WA 98503

Place of Delivery:

Madigan Army Medical Center
Bldg. 9040 Fitzsimmons Drive
Tacoma WA 98433-5000

If there are any questions, please present your questions to; Walter J. Bischoff; Only by Email: [email protected]

Bid Protests Not Available

Similar Past Bids

Fayetteville Arkansas 10 Sep 2011 at 3 PM
Location Unknown 17 Jul 2017 at 4 PM
San diego California 28 Jun 2017 at 1 AM
Decatur Georgia 04 Jun 2020 at 8 PM
Decatur Georgia 05 Jun 2020 at 12 PM

Similar Opportunities

Colorado 17 Jul 2025 at 4 AM (estimated)
Colorado 17 Jul 2025 at 4 AM (estimated)
Aberdeen proving ground Maryland 11 Jul 2025 at 7 PM
Pennsylvania 11 Jul 2025 at 4 AM (estimated)
Pennsylvania 11 Jul 2025 at 4 AM (estimated)