SPECIAL NOTICE
65 -- Intelligent Hearing System Duet Evoked Potential System
- Notice Date
- 2/5/2020 2:43:03 PM
- Notice Type
- Special Notice
- NAICS
- 33911
—
- Contracting Office
- 261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
- ZIP Code
- 95655
- Solicitation Number
- 36C26120Q0329
- Response Due
- 2/12/2020 11:59:00 PM
- Archive Date
- 02/27/2020
- Point of Contact
- Carol Lam, Phone: 650493500065825
- E-Mail Address
-
carol.lam@va.gov
(carol.lam@va.gov)
- Description
- This Notice of Intent is provided to advise that the Government intends to solicit and negotiate a Sole Source, Firm-Fixed-Priced Purchase Order with only one source, Natus Medical Incorporated. The procurement is for Intelligent Hearing System Duet Evoked Potential System.� See Statement of Work below.� This contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.501(a)(1)(ii) and 41 USC �1901, only one will meet the Government�s needs. Only one source is capable of responding due to the unique or specialized nature of the supplies and/or services. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals and no solicitation will be made available.� Any responses received will only be considered for the purposes of determining whether to conduct a competitive procurement in lieu of sole source contract described in this notice, and such determination shall be made at the sole discretion of the Government. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement. If no responses are received, the government will proceed with the Sole Source acquisition. The Government will not be responsible for any costs incurred by responding to this notice.� All responses should be emailed to Carol Lam at carol.lam@va.gov by February 12, 2020.� Receipt must be acknowledged on my desktop computer to be recognized as received.� Telephone requests or inquires will not be accepted. STATEMENT OF WORK 1.�������� Introduction: A.�������� This Statement of Work (SOW) describes the requirements for the purchasing maintenance and training requirements for the Intelligent Hearing System Duet Evoked Potential System.�� These work items are referred to as �the EP system� or �EP system purchase� in this document hereafter. B.�������� This SOW describes the requirements for Qualified Professionals � known as �Contractors� in this document hereafter.� Contractors who are contracted by VA Medical Center to perform installation, calibration, training and warranty calibration and maintenance of the EP system.���� C.������� This SOW describes the requirements to establish set up of installation, in house training, and calibration and future service on the EP system purchase. 2.�������� Qualifications of Contractors: A.�������� Contractors shall fully understand the existing system without any modification, change or addition of parts. B.�������� ��� Contractors shall have technical training and track records of work experience in installation, calibration and maintenance of equipment for a period of five years.� The trainer shall have technical training experience a period of 5 years and work experience with the product for a period of at least three years.� C.������� �� Contractors shall be equipped with all necessary tools, equipment, and Personal Protective Equipment (PPE) to perform the work safely, effectively, and timely.� Tools, equipment, and PPE shall comply with the requirements of OSHA Standard 29 CFR 1910, Subpart I, and NFPA 70E / NFPA 110. D.������� Contractors shall be UL Certified, DOD monitoring certified and a UL certified Installation Company. 3.�������� Scope of Work: Contractor shall provide all tools, equipment, materials, labor, supervision and transportation to perform the installation and calibration onsite.�� All testing and work shall be performed at the main VA location on the date agreed upon between the clinic and the contractor.� Training shall take place within 1 week of installation on the dates agreed upon between the clinic and the contractor.����� 4.�������� Additional Requests: A.�������� The Contractor is responsible as part of the installation process for insuring all equipment are working and are calibrated within ANSI or other recognized specifications prior to departure or have made arrangement to have equipment repaired/replaced within no more than a three month turn around.� If additional services are identified on site that need attention such as other equipment repairs, these additional services will be paid for outside of this contract by local purchasing agent procedures. The contractor should be able to accept the government purchase card if necessary, as payment for services less than $3000.00. All installation, setup work will be completed within one week of request and/or availability of necessary equipment. 5.�������� Summary of Work: A.�������� At the end of the Installation and training the Contractor will provide a receipt for the installed equipment with completed written service report of the work for turn in to biomedical service. Information shown in the report shall include the following: 1.�������� Company�s name, address, telephone & FAX numbers. 2.�������� Name and signature of contractors who perform the maintenance and testing. 3.���������� Date and Time of work. 4.�������� Location, Type of service��������� 5.�������� Descriptions of work performed. 6.�������� Calibration data. 7.�������� Training record to include attendees and agenda. B.�������� Warranty Service:� Future returns for all service under manufacturer�s warranty will require similar report generation and turn in to biomedical service.�� C.������� Submit one electronic copy of each test to Safety & Security Manager, and a copy at the test location. �Completed test report shall be received within seven (7) calendar days of test. D.������� Contractors shall report deficiencies to the Safety & Security Manager or neighbor island CBOC manager for immediate actions.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/c3f879c24c8a46438ad5f156f7433978/view)
- Place of Performance
- Address: Las Vegas, NV 89086, USA
- Zip Code: 89086
- Country: USA
- Zip Code: 89086
- Record
- SN05552422-F 20200207/200205230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |