Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
DOCUMENT

65 -- AUDIOSCAN VERIFIT SYSTEM - Attachment

Notice Date
9/5/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Sierra Pacific Network (VISN 21);VA Northern California HealthCare System;150 Muir Road;Martinez CA 94553-4668
 
ZIP Code
94553-4668
 
Solicitation Number
36C26118Q9593
 
Response Due
9/10/2018
 
Archive Date
11/9/2018
 
Point of Contact
Katherine Fairley
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C26118Q9593 Posted Date: 09/05/2018 Original Response Date: 09/10/2018 Current Response Date: 09/10/2018 Product or Service Code: 6515 Set Aside (SDVOSB/VOSB): Yes NAICS Code: 334510 Contracting Office Address Department of Veterans Affairs VA Sierra Pacific Network (VISN 21) VA Northern California Health Care System Martinez, CA 94553-4668 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 quotations are being requested, and a written solicitation document will not be issued. This is a Service Disabled Veteran Owned Small Business Set-Aside requirement. Only Verified SDVOSB s in the VIP database when an offer is submitted and at the time of contract award will be considered for award and unverified firms will be considered non-responsive and ineligible for award. This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, with a small business size standard of 1250 employees. The VA Medical Center San Francisco, 4150 Clement St., San Francisco, California is seeking to purchase Audiology Equipment. All interested companies shall provide quotations for the following: Brand Name or Equal: MFR: Audioscan ITEM INFORMATION ITEM NO. DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT UNIT PRICE AMOUNT 0001 Audioscan Verifit 2 Clinical REM/HIT Part No: 3547 Offering On: Description: SIN: MFR Part No.: MFR: 3.00 EA __________________ __________________ 0002 Audiosan Axiom NOAH Module 3.00 EA Part No: VA-201 Offering On: Description: SIN: MFR Part No.: MFR: GRAND TOTAL __________________ Salient Characteristics: AUDIOSCAN VERIFIT 2 CLINICAL REM/HIT Essential/significant physical, functional, or performance characteristics. System must have/be: Able to perform verify binaurally both on the ear, and in the test box. Positioning hearing devices as-worn for an accurate real-time binaural Puttyless coupling options Has the ability to watch as paired instruments coordinate volume and programming Teletest handset provides visually confirmation streaming between instruments. Ability to verify whether wideband benefit is being delivered. System has 16kHz acoustic bandwidth providing the ability to see accurate 1/3rd octave results up to 12.5kHz. Speechmap include graphical SII display for easy counseling. Uses Radio Frequency energy only for internal function. Unified controls for most binaural testing. Availability of Skull Simulator Delivery shall be provided no later than 30 days after receipt of order. FOB Destination. The contractor shall deliver line item(s) 0001 and 0002 to VA Medical Center San Francisco, CA 94121. Place of Performance Address: 4150 Clement Street San Francisco, CA Postal Code: 94121-1598 Country: UNITED STATES The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The full text of VAAR provisions or clauses may be accessed electronically at https://www.va.gov/oal/library/vaar/index.asp The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2017) FAR 52.212-3, Offerors Representations and Certifications Commercial Items (NOV 2017) Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following contract clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions Commercial Items (JAN 2017) The following clauses are incorporated into 52.212-4 as an addendum to this contract: 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) VAAR 852.203-70 Commercial Advertising (JAN 2008) VAAR 852.211-73 Brand Name or Equal (JAN 2008) VAAR 852.219-10 VA Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (JUL 2016) VAAR 852.232-72 Electronic Submission of Payment Requests (NOV 2012) VAAR 852.246-70 Guarantee (fill in is manufacturers standard warranty) (JAN 2008) VAAR 852.246-71 Inspection (JAN 2008) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2018) The following subparagraphs of FAR 52.212-5 are applicable: Subparagraphs (b) 4, 8, 22, 25, 26, 27, 28, 30, 33(i), 42. 46, 49 and 55 are considered checked and apply. The following clauses and provisions applies to this acquisition: 52.211-6 Brand Name or Equal (AUG 1999) 52.214-21 Descriptive Literature (APR 2002) ADDENDUM to FAR 52.212-1 INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS The following provisions are incorporated into 52.212-1 as an addendum to this solicitation: THE GOVERNMENT INTENDS TO MAKE AWARD BASED ON INITIAL QUOTES. ACCORDINGLY, VENDORS ARE ENCOURAGED TO SUBMIT THEIR INITIAL QUOTES BASED UPON MOST FAVORABLE TERMS, PRICES, TECHNICAL AND OTHER FACTORS. 1) Vendors shall provide a quote in two (2) separate volumes: (a) Volume 1: Completed Price-Cost Schedule accompanied by vendor quote. (b) Volume 2: Technical 2) If a vendor is providing a quote with equal products, the vendor shall submit sufficient supporting documentation with product literature that demonstrates how each equal product meets the corresponding description and salient characteristics listed within the solicitation. The quote must also include an index that identifies the location of the information submitted that demonstrates an item meets the corresponding salient characteristic. Vendors who are providing a quote with equal products, and fail to provide sufficient supporting documentation, product literature and an index will not be considered for award. 3) Responses shall be on all or none basis; no partial submission. 3) Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed items such that OEM warranty and service are provided and maintained by the OEM. FAR 52.212-2, EVALUATION COMMERCIAL ITEMS (OCT 2014) (a) The Government will award an order resulting from this solicitation to the responsible quoter whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical: The vendor s quote must meet all the Salient Characteristics listed within the solicitation for all items. A vendor must be determined technically acceptable in these factors in order to be considered for award. Technically acceptable is considered meeting all the salient characteristics listed within the solicitation. The technical ratings are defined as follows: Acceptable: Quote clearly meets all the salient characteristics listed within the solicitation. Unacceptable: Quote does not clearly meet all the salient characteristics listed within the solicitation. 2. Price: The government will evaluate price by adding the total amount of all the requested items. Vendors are encouraged to submit their quotes with the most advantageous pricing and discounts. The Government intends to award resulting from this solicitation to the lowest priced technically acceptable (LPTA) vendor quote. A quote including the brand name products listed in Price-Cost Schedule is determined technically acceptable by meeting the salient characteristics. All quotations shall be emailed to Katherine.Fairley@va.gov. This is an open-market combined synopsis/solicitation for Audiology Equipment as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Quoter shall list exception(s) and rationale for the exception(s). Submission shall be received not later than Monday, September 10, 2018, 3:00 p.m. Pacific Time. Emailed offers will be accepted. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Point of Contact: Katherine Fairley, Contract Specialist, Phone: 925-372-2270, Fax: (925) 372-2220, Katherine.Fairley@va.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANCHCS/VANCHCS/36C26118Q9593/listing.html)
 
Document(s)
Attachment
 
File Name: 36C26118Q9593 36C26118Q9593.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578216&FileName=36C26118Q9593-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578216&FileName=36C26118Q9593-000.docx

 
File Name: 36C26118Q9593 Combined Synopsis Solicitation - 36C26119Q9593.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578217&FileName=36C26118Q9593-001.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4578217&FileName=36C26118Q9593-001.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05072688-W 20180907/180905230938-0c8d45c0432baac03173fc237bf305c2 (fbodaily.com)
 
Source
FedBizOpps 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.