South Dakota Bids > Bid Detail

6515--Sources Sought for VHA Black Hills Locations Diagnostic Full Range Audiometer and Accessories

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159375049518280
Posted Date: May 19, 2023
Due Date: May 26, 2023
Solicitation No: 36C26323Q0679
Source: https://sam.gov/opp/001f3c7c71...
Follow
6515--Sources Sought for VHA Black Hills Locations Diagnostic Full Range Audiometer and Accessories
Active
Contract Opportunity
Notice ID
36C26323Q0679
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 19, 2023 02:18 pm CDT
  • Original Response Date: May 26, 2023 05:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339112 - Surgical and Medical Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Black Hills Health Care System , SD
Description
The Black Hills Health Care System, Fort Meade, Hot Spring, Rapid City locations require Diagnostic Audiometers and Diagnostic Full Range Audiometers and accessories identified in Tables 1 and 2 below.
This is a sources sought looking for vendors of any socio-economic category to provide the items in Tables 1 and 2 for market research purposes. No awards of a contract will be made from this announcement.
Identify your organization s socio-economic category in your response.
Identify your foreign end products as required in FAR Provision 52.225-2 for the items requested in this sources sought (https://www.acquisition.gov/far/part-52#FAR_52_225_2__d3401e52).
Identify if your organization is the manufacturer of the required supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide.
Does your organization meet the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b))?
If you are a vendor that can provide the requested information and the required supplies described below with competitive pricing, send your organization s information with a description of proof of capability to: Jeffrey.Brown8@va.gov on or before 17:00 CDT, May 26th, 2023.
*If applicable, 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to any potential solicitation if set-aside for Veteran Owned Small-Businesses.*
*If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to any potential solicitation if set-aside for Small-Businesses.*
*If applicable, 852.212-71 Gray Market Items, will apply to any potential solicitation.*

Statement of Work
Diagnostic Audiometer and Diagnostic Full Range Audiometers
The VHA Hot Springs, Fort Meade and Rapid City locations have a requirement to purchase a Diagnostic Audiometer and Diagnostic Full Range Audiometers with an authorized vendor to supply and deliver the item(s) identified in Table 1 below. This requirement is in support of a brand name or equal requirement. See salient characteristics for additional information. This requirement is in support of the activation of the VA BHHCS Outpatient Clinics.

Table 1 Fort Meade and Hot Spring Locations
Item
Manufacturer Part #
Quantity
Audiometer, 1066 Madsen Astera 2 (Brand Name or Equal)
8-04-13102
2
1066, ACP Astera 2
8-69-40800
2
1066 CD Quicksin Material, US
8-49-913600
2
2066 Pediatric SW License
8-49-93600
2
1096 Zodiac PC Clinical Incl. Classic Probe
8-04-16033
2
1089 Madsen Capella2, DP+TE (Combo)
8-04-15320
2
1089 Wall-mount Kit
8-62-50300
2
1096 Zodiac insert Phone
8-75-85400
2
Kit, Touch Screen, Win97, HDMI
8-62-46700
2
Foam Eartip, 3B (Small) (Bag of 50 pcs)
80A4821000
2
Foam Eartip, 3A (Standard) (bag of 50pcs)
80A4820900
2
EARTIP, 6-10MM, Probe A, 100/Bag
8-68-34504
2
EARTIP, 8-11MM, Probe A, 100Bag
8-68-34510
2
EARTIP, 12-16MM, ProbeA, 100/BAG
8-68-34507
2
Warranty

1
Note: The accessories to the audiometer shall bring the audiometer up to the same level of functionality that would be achieved with the items listed.

Table 2 Summary Rapid City CBOC
Item
Manufacturer Part #
Quantity
Audiometer, 1066 Madsen Astera 2 (Brand Name or Equal)
8-04-13102
2
1066, ACP Astera 2
8-69-40800
2
1066 CD Quicksin Material, US
8-49-913600
2
2066 Pediatric SW License
8-49-93600
2
1096 Zodiac PC Clinical Incl. Classic Probe
8-04-16033
1
1089 Madsen Capella2, DP+TE (Combo)
8-04-15320
1
1089 Wall-mount Kit
8-62-50300
1
1096 Zodiac insert Phone
8-75-85400
1
Kit, Touch Screen, Win97, HDMI
8-62-46700
2
Foam Eartip, 3B (Small) (Bag of 50 pcs)
80A4821000
1
Foam Eartip, 3A (Standard) (bag of 50pcs)
80A4820900
1
EARTIP, 6-10MM, Probe A, 100/Bag
8-68-34504
1
EARTIP, 8-11MM, Probe A, 100Bag
8-68-34510
1
EARTIP, 12-16MM, ProbeA, 100/BAG
8-68-34507
1
Warranty

1
Note: The accessories to the audiometer shall bring the audiometer up to the same level of functionality that would be achieved with the items listed.

Note: The accessories to the audiometer shall bring the audiometer up to the same level of functionality that would be achieved with the items listed.
Audiometer, 1066 Madsen Astera 2 (Brand Name or Equal) Salient Characteristics
Compatible with Cerner and Audbase.
Have the capability to be computer based and can work directly with NOAH, which is a database that houses BH VHA hearing aid fitting software.
Audiometer system shall include dedicated test modules for the following:
Shall have the capacity for Tinnitus assessments:
System shall include a dedicated application for assessing tinnitus (THI, THS and TFI).
System application shall perform relevant psychoacoustical tests including pitch and loudness matching, minimum masking level (MML), and residual inhibition (RI).
Shall have the following Pediatric assessment:
System shall include integrated pediatric speech lists, noise stimulation, built-in talk to assistant
System shall include touch screen for in the booth control of your audiometer Special Tests.
System shall include dedicated tests such as the TEN test and SAL test.
Shall include SAL testing capabilities based on an indirect method of estimating hearing thresholds for bone conduction and hearing thresholds for air conduction without and then with a simultaneous masking noise, presented by a bone vibrator.
Shall includes the SISI, ABLB, DLI, Bekesy and loudness scaling tests.

Period of Performance

The contractor shall complete the work required under this SOW between July 15th August 15th from the date of award unless otherwise directed by the Contracting Officer (CO). If the contractor proposes an earlier completion date, and the Government accepts the contractor s proposal, the contractor s proposed completion date shall prevail. The delivery of items identified in this document shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Mountain Standard Time), Monday through Friday, and excluding Federal Holidays unless directed by the CO.
New Year s Day
Martin Luther King Jr. s Birthday
President s Day
Memorial Day
Independence Day
Labor Day
Columbus Day
Veteran s Day
Thanksgiving Day
Christmas Day

Delivery

Delivery trucks shall not be permitted to remain at the loading dock. Trucks shall be unloaded, moved from the dock, and then brought back to the dock if required to haul out any waste, tools, or excess materials.
Offloading the equipment from the truck, moving the equipment to the correct delivery location in the space, uncrating or unboxing the equipment and removing all trash, setting up the equipment according to the manufacturers specification and testing the equipment to verify that it is operational. Equipment installation paperwork & warranty information shall be handed to the approved government contact onsite.
Labeling of delivered items shall include the awarded contract number and VA purchase order number for identification and reference upon receipt of product.
There are no dumpsters available for vendor use.
The removal of waste and/or excess material shall be conducted through the loading dock area. Delivery trucks and/or other vendor vehicles shall not be permitted to remain at the loading dock. Vehicles shall need to be brought back to the dock if required to remove any waste, tools, or excess materials.
The items shall be delivered to the following locations as directed by the VA POC:

1. VA Black Hills Fort Meade
113 Comanche Road
Fort Meade
SD 57741

2. VA Black Hills Medical Center Hot Springs
500 N 5th St
Hot Springs
SD 57747

3. VA Rapid City CBOC
2165 Promise Road
Rapid City, SD 57701
Installation
Initial setup (installation) is required. The vendor is required to manage and coordinate installation at the VHA Location with the VA POC.

Installation and assembly shall take place during normal business hours which are defined as: 0800 to 1630 (i.e.: 8:00am to 4:30pm Mountain Standard Time), Monday through Friday, and excluding Federal Holidays.
The vendor is required to define the need for a staging area to accommodate item assembly and installation, if needed. Post-award, this information will be confirmed with the vendor.
The vendor is required to provide tools, labor and materials to complete assembly and installation of the items detailed in this document.
The vendor shall protect all finished spaces and surfaces as required from delivery and installation damage. The vendor shall use covering and protection to the extent necessary to prevent damage to finished spaces. Any damage occurred during delivery and installation is the responsibility of the vendor. The vendor shall be responsible for paying for and repairing any damage or noted deficiencies to finished spaces and surfaces that occur as a result of the vendor s (or associated sub-contractors) installation.
During the entire duration of assembly and installation, the vendor shall have a competent representative on-site as the vendor s contact, and to serve as the interface between the vendor and VHA POC. The vendor on-site representative can be the installer.
If during the performance of this contract, work shall be carried out on VHA premises, the vendor shall perform all work in such a manner that shall cause a minimum interference with VHA operations and the operations of other contractors on the premises.
The vendor shall communicate through the VA POC any required coordination requirements with the General Construction contractor (GC) prior to and during delivery and installation activities.
The project may be an active construction site during delivery and installation. The vendor shall take all necessary precautions to protect the premises and all persons and property therein from damage or injury. The vendor shall assume responsibility for taking precautions for the vendor's (and associated subcontractors ) employees, agents, licensees, and permittees. The vendor shall abide by any safety requirements imposed by the GC (e.g. hard hats, safety vests).
Training

The vendor shall provide a representative who shall be responsible for the initial training on the set-up of the equipment, instructions for use and maintenance of the audiometers and accessories for the BH staff (team of 6).

Standard Warranty
The products shall be covered by vendor s standard warranty terms and provisions. Vendors to provide their standard warranty information in their proposals. It should be noted however that the warranty coverage shall be no less than 1 YEAR.
The warranty period set forth therein shall be for one year following the delivery, installation, and acceptance by approval by the VA POC at the new VHA Location.
The vendor shall extend such warranty directly to the customer as if such customer had purchased the Products directly from the Manufacturer.
The vendor shall warrant the products against defects in material and workmanship under normal use and service, repair or replace at vendor s cost any defective Product (or issue a credit or refund, as the case may be, based on the purchase price paid therefor); and
The vendor shall pay (or refund the amount of) all freight and shipping charges for any defective Products returned under this paragraph.
Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 19, 2023 02:18 pm CDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >