COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Solicitation/Synopsis Solicitation Number: 36C24522Q1031 Posted Date: Thursday, September 8, 2022 Response Date: Tuesday, September 13, 2022 Product or Service Code: 6515 Set Aside: N/A NAICS Code: 334510, Electromedical & Electrotherapeutic Apparatus Manufacturing Contracting Office Address The Department of Veterans Affairs Network Contracting Office 5 510 Butler Avenue Martinsburg, WV 25405 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. The Government reserves the right to make no award from this solicitation. This solicitation is a request for quotations (RFQ). The government anticipates awarding a firm-fixed price purchase order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510, Electromedical & Electrotherapeutic Apparatus Manufacturing, with a small business size standard of 1250 employees. Set-Aside: N/A. SDVOSB s Offerors must be verified in the Vendor Information Pages (VIP), https://www.vip.vetbiz.va.gov/, at the time of receipt of quotes and at the time of award. The Department of Veterans Affairs, Network Contracting Office 5, Martinsburg VA Medical Center is soliciting quotations from all to provide Audiology Equipment Brand Name or Equal to Audio Scan at the VISN 05 facility listed below. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information along with any other documents necessary to support the requirements below. All interested companies shall provide quotation(s) for the following: (See Attachment 1). SALIENT FEATURES SALIENT FEATURES: TWO CHANNEL CLINICAL AUDIOMETER CHANNELS: Two Independent Channels PURE TONE CHANNELS 1 AND 2 FREQUENCY RANGE Air Conduction: 125 Hz - 20,000 Hz* Bone Conduction: 250 Hz - 8,000 Hz Sound Field: 125 Hz - 8,000 Hz Paired Inserts: 125 Hz - 8,000 Hz Frequency Accuracy: ±1% Total Harmonic Distortion: < 2% (earphones and paired insert phones) < 5% (bone vibrator) HEARING LEVEL RANGE Air Conduction: -10 dB HL - 120 dB HL Bone Conduction: Mastoid: -10 dB HL - 90 dB HL Forehead: -10 dB HL - 80 dB HL Sound Field: -10 dB HL - 90 dB HL (basic speakers) -10 dB HL - 96 dB HL (high performance speakers) -10 dB HL - 102 dB HL (high performance speakers and external booster amplifier) Paired Inserts: -10 dB HL - 120 dB HL Masking Intensity Range (Calibrated in effective masking): Narrow Band Noise: Maximum dB HL is 15 dB below tone White Noise: Maximum dB HL is 30 dB below tone SIGNAL FORMAT Steady: Tone continuously present Pulsed: Tone pulsed 200 msec ON, 200 msec OFF FM: Modulation Rate: 5 Hz Modulation Depth: +/- 5% Pulsed/FM: Pulsed and modulated SPEECH CHANNELS 1 AND 2 Microphone: For live voice testing and communications INT/EXT A & INT/EXT B: Can be utilized for internal wave files or recorded speech material from an external digital device INTENSITY RANGE Air Conduction: -10 dB HL - 100 dB HL Bone Conduction: Mastoid: -10 dB HL - 60 dB HL Forehead: -10 dB HL - 50 dB HL Sound Field: -10 dB HL - 90 dB HL Paired Inserts: -10 dB HL - 95 dB HL MASKING INTENSITY RANGE Speech Noise: Air Conduction: -10 dB HL - 95 dB HL Bone Conduction: -10 dB HL - 50 dB HL (mastoid) -10 dB HL - 40 dB HL (forehead) Sound Field: -10 dB HL - 85 dB HL White Noise: Air Conduction: -10 dB HL - 95 dB HL Bone Conduction: -10 dB HL - 60 dB HL (mastoid) -10 dB HL - 50 dB HL (forehead) Sound Field: -10 dB HL - 80 dB HL SPECIAL TESTS ABLB SISI High Frequency Audiometry TEN Test QuickSIN BKB-SIN Tone Decay AMTAS Pro SPECIAL TESTS (USER DEFINED) MLB Lombard test Pure Tone Stenger Speech Stenger SAL Doerfler - Stewart Test PC ENABLED/STAND-ALONE Transfer data to connected PC with an E-Record solution software Print complete report directly to a compatible USB printer COMMUNICATIONS AND MONITORING Talk Forward: Permits the tester to speak through the examiner microphone into the selected transducer Talk Back: Allows the examiner to listen to comments from the patient in the testing booth Monitor: The monitor headset or monitor speaker built into the instrument housing may be used by the examiner to listen to Channel 1, Channel 2, Aux intercom, and/or Talk Back signals Aux Intercom: The built-in Auxiliary Intercom and assistant headset allows the examiner to speak directly to an assistant and allows the assistant to hear what is being presented to the patient On-Board VRA Control: The built-in VRA controls facilitate fast and simple activation of VRA systems STANDARD ACCESSORIES Wireless Keyboard and Mouse Gooseneck Microphone COMPLIANCE Designed, tested, and manufactured to meet the following domestic (USA), Canadian, European and International Standards: ANSI S3.6, ANSI S3.43, IEC 60645-1, IEC 60645-2, ISO 389 UL 60601-1 American Standards for Medical Electrical Equipment IEC/EN 60601-1 International Standards for Medical Electrical Equipment CSA C22.2 # 601-1-M90 Medical Device Directive (MDD) to comply with93/42/EEC 501C-61 SALIENT FEATURES SALIENT FEATURES REAL-EAR HEARING AID VERIFICATION SYSTEM REAL-EAR (REM) Per IEC 61669/ANSI S3. 46. REM Speakers dual 5 x 9 cm w/ ducted ports Probe modules dual probe and ref. microphones Probe microphone tube silicone 1 mm diameter x 75 mm Analyzer frequency range 200 16000Hz Analyzer filter parameters tones, warble 1/12 octave speech, noise 1/3 octave Analyzer display range 200 12500 Hz Probe microphone noise floor (200 12500 Hz) <45 dB SPL Frequency accuracy 1% Measurement dynamic range 30 135 dB SPL (200 2500 Hz) 30 140 dB SPL (2500 12500 Hz) Speech-like stimuli calibrated speech (level and spectrum), ISTS, band-limited and s/sh for verifying frequency lowering, live speech Broadband noise stimuli tone burst, pseudo-pink noise Narrowband stimuli warble sawtooth modulated +/- 3% over 128 ms User supplied stimuli WAV file, auto level Stimulus level range 40 85 dB SPL in 5 dB steps Measurement accuracy at 1 kHz (CAL position) +/- 1 Db Measurement accuracy re 1 kHz 200 2000 Hz +/- 1.5 dB SPL 2000 8000 Hz +/- 2.5 dB SPL 8000 12500 Hz +/- 4 dB SPL Equalization modified pressure method concurrent and stored Distance of .5m in a quasi-free sound field, where the boundaries of the room exert a negligible effect. TEST BOX (HIT) Per IEC 60118/ANSI S3.22 Test box speakers 1 front, 2 side, 30 mm independent Working space 28w x 12.7d x 3.8h cm3 Isolation @1kHz >25dB Analyzer frequency range 200 16000 Hz Analyzer filter parameters tones 1/12 octave speech, noise 1/3 octave Analyzer display range 200 12500 Hz Coupler microphone noise floor (200 12500 Hz) <40 dB SPL Frequency accuracy 1% Measurement dynamic range 30 135 dB SPL (200 2500 Hz) 30 140 dB SPL (2500 12500 Hz) Speech-like stimuli calibrated speech (level and spectrum), ISTS, band-limited and s/sh for verifying frequency lowering, live speech Broadband noise stimuli tone burst, pseudo-pink noise Narrowband stimuli pure tone User supplied stimuli WAV file, auto level Test stimulus levels 40 90 dB in 5 dB steps Test stimulus distortion (tone) <2% at 90 dB SPL <0.5% at 70 dB SPL Measurement accuracy at 1 kHz (CAL position) +/- 1 dB Measurement accuracy re 1 kHz 200 2000 Hz +/- 1.5 dB SPL 2000 8000 Hz +/- 2.5 dB SPL 8000 12500 Hz +/- 4 dB SPL Equalization modified pressure method concurrent Harmonic distortion measurement 2nd and 3rd or 2nd plus 3rd Harmonic distortion range 200 4000 Hz Harmonic distortion accuracy +/- 1% Battery drains range (+/- .01 mA) 0 20 mA Battery drain accuracy +/- 5% Telecoil loop accuracy +/- 3 dB Telecoil stimulus 31.5 mA/m per ANSI S3.22 Place of Performance: VISN 05 Medical Center. Martinsburg VA Medical Center 510 Butler Avenue Martinsburg, WV 25405 Hours of Operation: The Martinsburg VAMC requires the contractor to deliver within 60 days from the contract award to the VA medical facility warehouse above during normal business hours from 8:00AM to 3:30PM. (EST), Monday through Friday. Government Responsibilities: No Government Furnished Property (GFP) will be provided. The Government will provide access to areas and an escort when required by participating Medical Center policy. The Government will provide applicable VA Polices, Handbooks, Guides, Regulations and Medical Center Memorandums The Government will unilaterally award Task Orders to fund the required services for each facility. The Contract Specialist for this contract will be: Mohsin Abbas 202-745-8000 X54945 Mohsin.Abbas2@va.gov. The Government Point of Contact for this Requirements will be: VPOC: Robert Border Phone: 304-263-0811 Ext: 6847 Email: Robert.Border@va.gov. The VAPOC for this Task Orders will be: Medical Center Name Telephone Email Martinsburg VAMC Robert Border 304-263-0811 X6847 Robert.Border@va.gov Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table Attachment 2: Salient Features Attachment 3: Gray Market Prevention Language Attachment 4: Solicitation Clauses & Solicitation Provisions E. Price Schedule: The contractor must provide a price quote for each CLIN delineated in Attachment 1 to be considered for award. Must provide the authorized distributor letter if you are not the manufacturer. See Attachment 1: Price Quote Contract Line-Item Number (CLIN) Table F. Evaluation of Quotes: The Government will select the quote that represents the best benefit to the Government at a price that can be determined reasonable. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. IAW Salient Features and Price. When combined with technical & Salient features, Salient features are more important than Price Specific quote requirements are detailed in attached FAR 52.212-1 Instructions to Offerors Commercial Items . Following receipt of quotes, the Government will perform an evaluation using a comparative evaluation of the services quoted in accordance with FAR 13.106-2(b)(3). The Government will compare quotes to one another to select the quote that best benefits the Government by fulfilling the requirement. Contractors may submit more than one quote; however, contractors are strongly encouraged to submit their best technical solutions and prices in response to this request for quote. Once the Government determines there is/are a contractor(s) that can provide a product that meet(s) the requirements of this request for quote, the Government reserves the right to communicate with only those contractors quoting the best-suited service to address any remaining issues. G. Clauses and Provisions: The clauses and provisions for this solicitation are found in Attachment 4: Solicitation Clauses and Provisions. The Clauses and Provisions provide additional information regarding the requirements for quote submission and evaluation. See Attachment 4: Solicitation Clauses and Provisions The full text of FAR and VAAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html and http://www.va.gov/oal/library/vaar/index.asp. This is an open-market combined synopsis/solicitation for supplies as defined herein.  The government intends to award firm fixed price contract as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Orders will then be placed against this contract. 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:" Offeror shall list exception(s) and rationale for the exception(s). All quotations shall be sent via email to Mohsin Abbas, Contract Specialist, Mohsin.Abbas2 @va.gov . Submission shall be received no later than 3:00PM EST on September 13, 2022. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Only e-mailed quotes will be accepted. It is the responsibility of the vendor to ensure the Government s timely receipt of their quote. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist, Mohsin Abbas, Mohsin.Abbas2@va.gov.