Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2004 FBO #1045
SOLICITATION NOTICE

65 -- Audiological Medical Equipment

Notice Date
10/4/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
Attn: Department of Veterans Affairs, Network Business Center, 5901 East Seventh Street, Long Beach, California 90822
 
ZIP Code
90822
 
Solicitation Number
600-896-04IM
 
Response Due
10/18/2004
 
Archive Date
11/16/2004
 
Small Business Set-Aside
Total Small Business
 
Description
VA VISN 22 Network Business Center Logistics Office intends to negotiate a commercial (FAR Part 12) sole source procurement with Audiometrics, under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-24. A justification for other than full and open competition has been prepared in support of this acquisition. This announcement constitutes the only solicitation and a written solicitation will not be issued. The North American Industry Classification System Code (NAICS) is 423450. Request for Quotation is RFQ 600-896-04IM. DESCRIPTION: This procurement request is to obtain equipment and services for audiological care for the Veterans Affairs San Diego Healthcare System located at 3350 La Jolla Village Drive, San Diego, CA 92161. REQUIREMENTS/SPECIFICATIONS: Contractor shall provide the following equipment and services: (1) Exam Rooms, IAC Double wall exam room, Model 120-A-5 shall include installation and shipping charges, quantity requested two (2) each. Vibration Isolation Systems: All audiometric booths shall be provided with a vibration isolation system with a cutoff frequency of 6 ? Hz. The load from each required isolator in the isolation system shall be distributed to the facility floor through a structural steel channel isolation rail, rather than lightweight bent steel. The concentrated point load in the isolation rail system shall not exceed 800 pounds at any point. Wall panels shall be 4 in. thick incombustible panels with solid face sheet facing the exterior not less than 14 gauge stucco embossed textured cold rolled steel and perforated interior face sheet to be 16 gauge stucco textured galvanized steel with 3/32" perforations. Panels shall be of welded construction, free of internal reinforcement, and form a rugged module. Panels shall be joined with a one-piece flexible H connector of not more than 20 ga to insure flexibility to provide a tight seal. All joints shall form sound absorbing labyrinths and tight mechanical joints. Combined peripheral and panel joiners shall form structural member with a section modules of not less than 1.5 square inches to permit external roof load of 30 lb/ sq. ft. for roof spans up to 12 ft. Noise-Lock Window panels shall have double-glazed ? thick acoustical laminated safety glass with sound absorbing material in air space to dampen window resonance along with desiccant material to prevent condensation. Glazing shall be mounted in aluminum trimmed acoustically tight resilient rubber seals. Window replacement shall be possible without removing any panel or part of the sound room wall. Acoustic performance of the window assembly shall meet or exceed the wall. Exposed fasteners shall not be allowed. Standard Lighting Levels and Fixtures: Provide a sufficient number of fixtures so as to achieve a minimum of 80 foot-candles maintained at 36. The IAC audiometric test chamber's are UL Underwriters Laboratory Labeled with the American Mark of Safety Classification. UL File # MH28453. Exam Rooms shall supply 25 amps of electrical power and have standard ventilation using existing office HVAC through built-in fans and silencers to circulate air into chamber (in-flow and exhaust units). (2) Relocate existing IAC sound suite to new clinic location one (1) each. (3) Hearing Aid Analyzers (Audioscan Verifit VF-1) (Non-Contract) shall include shipping and installation charges, quantity requested three (3) each. The Audioscan Verifit shall have a Real Ear test for directional hearing aids that provides important instrument directional verification of Real Ear performance. The Audioscan Verifit does not require a computer to operate. (4) Audiometer (GSA Contract #V797P-3478K) Interacoustics, model AC-40 with standard features, quantity requested three (3) each. The quote shall include the base price of the AC 40 clinical audiometer with standard set-up. Interacoustics requires a proprietary piece of software for their model AC-40 audiometer the IA Base Database. The VA San Diego utilizes this software to produce reports to be shared on the VA Intranet. This Database primarily use is for report generation. (Single Page Report). Additionally, the AC-40 offers a test assistant system for training and communication inside the Double Wall Exam Room. The Interacoustics AC-40 shall have an analog audiometer keyboard layout that makes it extremely easy to operate, must also be equip with a power monitor and a 5VDC supply outlet that is standard on the back of the unit to operate peripheral equipment like CD players. (5) Optional equipment for Interacoustics AC-40 audiometer: TDH-39 phones, B-71 bone vibrator, patient signal, talk-back mic, operator monitor headset, Noah interface and IA2000 software, corner cut speakers, high HZ. Phones, installation and calibration, quantity requested three (3) each, three (3) operators manuals and three (3) service manuals. (6) Middle Ear Analyzers (GSA Contract #V797P-4080A) GSI-VIASYS Model GSI-Typstar, version 2, shall include shipping and installation charges, quantity requested two (2) each. Shall have large, easy to read screen, integrated high-speed printer, manual analog pump system, fast/easy-to-use analog buttons and features with an internal digital system for easy upgrade ability. Admittance (Y) Susceptance (B), and Conductance (G) at 226 Hz 678 Hz, and 1000 Hz. Additionally, the Tympstar offers an Otosclerosis test that sweeps the probe tone from 200 Hz to 2000HZ. The VA also utilizes a 100 microsecond click feature and a pump speed>200 daPa/sec. Non Acoustic Reflex shall be standard on the Tympstar. The manual reflex feature is also unique. Price shall include shipping and installation charges. (7) Otodynamics Echoport USB 288 TE/DP OAE Screener, quantity requested three (3) each. The Otodynamics utilizes a unique TEOAE signal that has been adopted as the 1st tier OAE stimulus for the majority of the world's Outer Hair cell Screening Programs. Stimulation to 95dB SPL is available. Intelligent frequency progression is included. DP Component Power Component Assessment is a feature that is required. Standard Nonlinear recording capability with TEOAE signal is included. Real-Time Probe Fit indicators are also unique to the Otodynamics system. A single probe performs TEOAE tests and DPOAE tests and incorporates internal couplers that are disposable. This platform can be upgraded to a 4 Channel System for Binaural testing and Efferent Cochlear Reflex Suppression. Latency and DP growth functions are standard. The platform is ultra-thin and does not have a power supply which makes it easier to place throughout the clinic. Dimensions are: 11.75" x 8.25" x .75." The entire Otodynamics System is password protected for HIPPA regulations. (System user/Administrator- 2 Tier password protection) shall meet all current IT requirements. ACCESS (Microsoft tm) database compatible. Password protection at logon. (8) TEOAE/DPOAE general purpose probe, quantity requested three (3) each. (9) Closed circuit TV system including B/W Monitor quantity requested two (2) each and two (2) cameras (included fixed zoom lens and wide angle lens). Line item 9 requires two small black and white cameras per booth (1 with a 12.5mm wide angle lens and one with a 50mm zoom lens) and one 12? black and white monitor with an A/B input switch. Price quoted shall include installation/setup. Contractor must hold the Sound Suites at their location and/or manufacturers address, until we have a definite date for the installation process. Address where the Sound Suites are to be delivered will be provided to the contractor at a later date. All other items are to be shipped and delivered to 3350 La Jolla Village Drive, San Diego, CA 92161. Proposals shall be submitted on an ?all or none basis.? Partial proposals shall be rejected. If submitting on a brand name equal basis, sufficient technical data must be included for the government?s evaluation. This purchase shall also include FOB destination delivery provisions, required installation and a one-year warranty, all at no charge. Offeror shall submit a complete copy of provision 52.212-3, Offeror Representations and Certifications ?Commercial Items (MAY 2004). The full text of clauses identified herein may be accessed electronically at these addresses: http://www.arnet.gov/far and http://www.va.gov/oa&mm/vaar. The Following Federal Acquisition Regulation (FAR) Clauses and Provisions also apply to the acquisition: 52.212-1, Instructions to Offerors ? Commercial Items (JAN 2004); 52.212-4, Contract Terms and Conditions ? Commercial Items (OCT 2003); 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders ? Commercial Items (JUNE 2004); 52.247-35 F.O.B. Destination (APR 1984). In paragraph (b) of 52.212-5 the following apply: 52.222-19, 52.222-21, 52.222-36, 52.225-1, 52.225-3, 52.225-15, and 52.232-34. 52.222-38 COMPLIANCE WITH VETERANS EMPLOYMENT REPORTING REQUIREMENTS (JAN 1999) (DEVIATION)(USDA). In addition, incorporated herein by reference are the following VA Acquisition Regulations (VAAR) clauses and provisions: 852.211-70 Requirements for operating and maintenance manuals, Service Data Manual (NOV 1984); 852.211-71 Guarantee Clause, Guarantee (NOV 1984); 852.270-1 Representatives of Contracting Officers (April 1984) and 852.270-4 Commercial Advertising (NOV 1984). THIS NOTICE IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. All proposals received by 4:00 P.M. Pacific Daylight Time, October 18, 2004 will be considered by the Government. A determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Inquires will only be accepted in writing by mail, or by facsimile at (562) 826-8067. Point of contact is Imelda M. Martinez at (562) 826-5896: Veterans Affairs Network Business Center, 5901 E. 7th Street, Bldg 149, Long Beach, California 90822.
 
Web Link
RFQ 600-896-04IM
(http://www.bos.oamm.va.gov/solicitation?number=600-896-04IM)
 
Place of Performance
Address: 3350 La Jolla Village Drive, San Diego, CA
Zip Code: 92161
Country: United States
 
Record
SN00688463-W 20041006/041004211719 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.