SOURCES SOUGHT NOTICE – THIS IS NOT A SOLICITATION FOR PROPOSAL AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.
The Indian Health Service (IHS), Phoenix Area Office (PAO), Division of Acquisition Management (DAM) is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a new Audiology Equipment, Accessories, and Installation. The audiology devices include the GSI AudioStar Pro Audiometer, GSI TympStar Pro Tympanometer, Audioscan Verifit2 Real Ear Verification, NOAH PC processor/modules, supplies and installation at the Fort Yuma Health Center located in Yuma, AZ.
Schedule of Items:
1. GSI AudioStar Pro with DD45, B81, and IP30 insert earphones (MFG Part # 8515319) – QTY 1.
2. Radioear 90db Wall/Corner mount passive speaker pair W/GSI cable (MFG Part #8102475) – QTY 1
3. Earlink 3A/5A Standard Foam Eartips Valuepak, 750/pk (MFG Part #420-2005) – QTY 1
4. GSI Tympstar Pro (MFG Part # 8108266) – QTY 1.
5. Conditioned Play Innovations Trio System VRA Pro 2 DRC (DualRemote Capable). Works with ASP and ASP2. (MFG Part #CPI-TR-SYS-DRC) – QTY 1
6. Audioscan Verifit 2 Clinical REM/HIT (MFG Part #3547) – QTY 1
7. Audioscan/Verifit/Axiom Probe Tubes-40/pk (MFP Part #RE367-40) – QTY 21
8. Etymonic Design NOAH Module (MFG Part #VA-201) – QTY 1
9. Estimated Equipment Installation (MFG Part #8070) – QTY 1
10. NOAH PC Processor with Monitor – QTY 1
11. Tympanometer Cart – QTY 1
12. Shipping and Handling – QTY 1
Attachment:
Statement of Work
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing, Audiology Equipment) with an associated small business size standard of 1,250 employees.
The result of this market research will contribute to determining the method of procurement, including type of small business set-aside or unrestricted.
An e-mail letter of interest that includes your firm’s Capability Statement highlighting past performance for similar deliveries performed within the past 5 years and indicate the following social economic status information is all that is required at this time.
Is your firm a:
___Small Business
___Veteran-Owned Small Business
___Service-Disabled Veteran-Owned Small Business
___Small Disadvantage Business
___Woman-Owned Small Business
___Economically Disadvantage Women-Owned Small Business
___Native American Owned
___Service-Disabled Veteran Owned Small Business
___SBA certified 8(a) Small Businesses
___SBA Certified HUBZone Small Business
___Large Business (Other Than Small Business)
The government will evaluate market information to ascertain potential market capacity to provide supplies consistent in scope and scale with those described in this notice and otherwise anticipated.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and a single award MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 7/20/2020 and 04:30 MST. All responses under this Sources Sought Notice must be emailed to [email protected].
If you have any questions concerning this opportunity please contact:
Donovan Conley
Contract Specialist
Phoenix Area Office, Acquisition Department
40 North Central Ave
602-200-5374