6515--NX EQ Hearing Aid Testers
ID: 36C10G24Q0151Type: Combined Synopsis/Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFSTRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)FREDERICKSBURG, VA, 22408, USA

NAICS

Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking quotes for the procurement of Hearing Aid Testers, specifically the AudioScan Verifit 2® / Audioscan Axiom® or equal, to enhance patient care across its medical centers nationwide. The requirement includes diagnostic testing and fitting systems for hearing aids, which are crucial for assessing and verifying hearing instrument outputs to ensure optimal patient outcomes. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and will be awarded as a single Requirements contract with a base year and four option years, with quotes due by October 7, 2024. Interested vendors must contact Contract Specialist Jalima J. Jones at Jalima.Jones@va.gov or (202) 570-8856 for further inquiries.

    Point(s) of Contact
    Jalima J. JonesContract Specialist
    (202) 570-8856
    Jalima.Jones@va.gov
    Files
    Title
    Posted
    This government document outlines a Request for Proposal (RFP) involving various AudioScan products and accessories, specified under multiple Contract Line Item Numbers (CLINs). It details the types of equipment required, such as the Verifit 2 and different microphones, along with their associated quantities and units of measure. Offerors are instructed to propose equivalent products, providing the manufacturer's name, part numbers, and pricing information. Each item requires completion of highlighted spaces regarding delivery days after receipt of order (ARO) and commercial pricing. The pricing structure includes base year and option year costs, complete with Service Level Agreements (SLA). The document emphasizes the importance of correlating specified items with the pricing volume and technical proposals. It serves as a formal solicitation for bids from suppliers, aiming to acquire market-competitive pricing and ensure compliance with government procurement standards over multiple years.
    The document outlines the contract administration and invoicing instructions for the procurement of Hearing Aid Testers by the U.S. Department of Veterans Affairs (VA). Key personnel involved in the contract include contracting officers and program office contacts. Invoices are to be submitted electronically within 30 days of delivery under specific guidelines, ensuring compliance with the Improper Payment Elimination and Recovery Act of 2010. The VA mandates that all invoices be submitted through the Tungsten Network, and traditional means such as facsimile or email are not acceptable. The terms and conditions specify the vendor's obligation to supply the agreed-upon items and the government's rights regarding the evaluation and potential replacement of items if necessary. It also clarifies that the government is not obligated to make any purchases under the contract. Additionally, the document stipulates the responsibilities of designated government ordering officers and the necessary documentation for shipments. Report submission requirements are detailed, highlighting the need for monthly and quarterly reports of sales based on the fiscal calendar. Overall, the document serves as a comprehensive guide for contractors in navigating invoicing, ordering processes, and compliance obligations related to the contract for Hearing Aid Testers.
    The document outlines the contract requirements for supplying Hearing Aid Testers to the Department of Veterans Affairs. It includes mandatory written disclosures, emphasizing compliance with FAR clause 52.203-13 for reporting to the Office of Inspector General. The Service Level Agreement (SLA) is set at 3%, which must be imbedded in the pricing by offerors. Additionally, contractors are required to submit quarterly sales reports within 60 days following each calendar quarter, detailing sales transactions and total SLA fees. Key contract clauses cover liquidated damages for delivery delays, compliance with various federal regulations, and specific reporting obligations on contractor performance. There are provisions for ordering, maximum and minimum order limitations, and an option for the government to extend the contract term for up to five years. The document reinforces accountability through proper documentation and payment protocols while ensuring that contractors adhere to labor standards and federal acquisition regulations. Overall, it illustrates the government’s structured approach to procurement and compliance within the federal contracting landscape.
    The document outlines the solicitation provisions for a federal Request for Proposal (RFP) concerning the provision of hearing aid testers. It mandates that Offerors provide representations regarding telecommunications and video equipment compliance, emphasizing adherence to the John S. McCain National Defense Authorization Act prohibitions. The Offerors must ascertain whether they use covered telecommunications equipment and disclose pertinent information if they do. Additionally, it details the certification regarding responsibility matters, necessitating disclosures about any federal debarments, tax liabilities, and previous contract terminations. The submission process requires proposals to be segmented into technical, price, and offer volumes, with specific formatting and content guidelines. Technical submissions must comply with stipulated salient characteristics, while price submissions should demonstrate fair pricing, inclusive of a specified SLA Fee. Evaluation will accord significant weight to technical factors over price, with a minimum "Acceptable" rating mandated for technical submissions. The document underscores the importance of certifications, compliance with federal regulations, and the submission's integrity, with clear instructions on addressing any amendments or inquiries. This structure reflects standard practices in federal procurement aimed at ensuring responsible and compliant contractors.
    The document outlines a comprehensive list of federal contracts related to the United States Department of Veterans Affairs (VA) healthcare system across multiple regional networks. It includes contract details such as the contractor's name, contract number, and a detailed breakdown of line items associated with different facilities within various healthcare networks, ranging from New England to the Pacific Region. Each facility is assigned a unique Clinical Line Item Number (CLIN) that indicates the specific services or products contracted for. The document tracks sales metrics, including quantities sold and pricing, while also emphasizing Service Level Agreements (SLA) that govern the contracting process. The purpose of the document is to ensure transparency and accountability in government expenditures and service provisions related to veteran healthcare, illustrating the wide-ranging impact of contracts deployed to support these essential services. By detailing totals for quarterly sales and quantities, the document provides an overview of the performance and financial implications of these healthcare contracts for FY 2025.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Q702--Audiology Health Technician Service - MPLS PoP 12/12/2024-12/11/2025+4
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Onsite Audiology Health Technician Services at the Minneapolis VA Health Care System and Twin Ports Community-Based Outpatient Clinic (CBOC). The contract requires five full-time equivalent Audiology Health Technicians to provide essential services, including hearing aid education, maintenance, repairs, data management, and cerumen management, with a performance period from December 12, 2024, to December 11, 2025, and the potential for four additional option years. This procurement underscores the VA's commitment to delivering high-quality audiology services to veterans, adhering to healthcare standards and regulatory compliance. Interested Service-Disabled Veteran-Owned Small Businesses (SDVOSB) must submit their proposals by October 10, 2024, at 11 AM Central Time, and can contact Contract Officer Daniel Vagts at daniel.vagts@va.gov or 651-293-3040 for further information.
    6520--Carestream RVG 6200 Digital X-Ray Sensors OR EQUAL ITEM
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of Carestream RVG 6200 Digital Intraoral X-Ray Sensors, with a focus on service-disabled veteran-owned small businesses (SDVOSB). The solicitation outlines specific technical requirements for the sensors, including resolution, size limits, and hygienic features, to enhance healthcare services provided to veterans. The estimated project value ranges between $25,000 and $100,000, with quotes due by September 20, 2024. Interested bidders should direct inquiries to Contract Specialist Scott A Reed at scott.reed2@va.gov and ensure compliance with federal procurement regulations, including the Buy American Act.
    6515--Viscoelastic Testing Instrumentation
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking potential vendors capable of providing viscoelastic testing instrumentation for the Richmond VA Medical Center in Virginia. The procurement includes a comprehensive viscoelastic testing instrument system that must perform clinical parameter analyses on whole blood specimens, interface with existing VA laboratory middleware systems, and comply with the performance standards set by the Clinical Laboratory Improvement Act and the Clinical and Laboratory Standards Institute. Interested vendors are required to submit their qualifications, including business size classification and relevant certifications, by 10:00 AM EST on September 20, 2024, to Jo Ann Harris, Contract Specialist, at Jo.Harris@va.gov. This opportunity emphasizes the VA's commitment to prioritizing Service-Disabled Veteran-Owned and Veteran-Owned Small Businesses in the procurement process.
    6540--Supply - Carl Zeiss Digital Lensmeter 550
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking quotes for the procurement of Carl Zeiss Digital Lensmeter 550 units to enhance its Virtual Eye Care Service (VECS) across multiple locations within the VA Midwest Health Care System. The objective is to acquire a total of 19 lensmeters that are compatible with existing Zeiss equipment, enabling efficient screening for eye care conditions such as Glaucoma and Macular Degeneration, thereby improving access to care for veterans and reducing community care costs. Interested contractors must be registered in the System for Award Management (SAM) and submit their quotes by September 19, 2024, at 3:00 PM CST, with technical questions due by September 18, 2024. For further inquiries, contractors can contact Alberta Mickells, Contract Specialist, at Alberta.Mickells@va.gov or by phone at 402-995-3081.
    59--HEADSET,ELECTRICAL
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 33 units of electrical headsets, identified by NSN 5965014940858. This solicitation is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and aims to fulfill the military's requirements for reliable audio communication equipment. The selected vendor will be responsible for delivering the headsets within 168 days after order, with all quotes to be submitted electronically as hard copies are not available. Interested parties can direct inquiries to the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DLA's solicitation portal.
    Cordless BCMA Firmware Scanners
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 15, is seeking quotes for the procurement of Cordless BCMA Firmware Scanners intended for VISN 15. This requirement falls under the NAICS Code 334118, which pertains to Computer Terminal and Other Computer Peripheral Equipment Manufacturing, and is designated as a Firm-Fixed Price, FOB Destination contract, fully set aside for small businesses. The procurement is critical for enhancing the efficiency of healthcare services provided to veterans, ensuring accurate medication administration through advanced scanning technology. Interested vendors should monitor the posting for the Request for Quotes (RFQ), which is expected to be released on or about September 17, 2024, with quotes due by September 23, 2024, at 11:00 AM CST. For inquiries, contact Cory Rosene at cory.rosene@va.gov or Teresa Cabanting at teresa.cabanting@va.gov.
    6515-- GE Healthcare LOGIQ e R9 Systems Ultrasound
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotes for the procurement of one GE Healthcare LOGIQ e R9 Systems Ultrasound Machine, intended for use at the Sheridan VA Medical Center in Wyoming. The ultrasound machine must meet specific criteria, including a minimum 14” full touchscreen, two active probe ports, and wireless capabilities for real-time imaging, to enhance ultrasound-guided vascular access for veterans. This procurement reflects the VA's commitment to providing essential medical services while supporting small businesses, as the solicitation is set aside exclusively for small businesses, with quotes due by 2:00 PM Mountain Time on September 20, 2024. Interested vendors should submit their quotes via email to Contract Specialist Marc Del Valle at marc.delvalle@va.gov, and any inquiries must be made in writing by September 18, 2024.
    6525--Arrow VPS Rhythm DLX System Grand Junction CO VA Medical Center
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting quotes for the procurement of an Arrow VPS Rhythm DLX System for the Grand Junction VA Medical Center, as outlined in solicitation number 36C25924Q0813. This procurement focuses on acquiring a specialized ultrasound-guided PICC line navigation system that must be compatible with existing VenueGo ultrasounds and include features such as real-time confirmation capabilities, ECG, and a printer. The successful vendor will provide high-quality medical equipment essential for supporting veteran healthcare services, with a firm-fixed price contract anticipated. Interested vendors must submit their quotes electronically by September 20, 2024, and direct any inquiries to Contracting Specialist Eric Ayers at eric.ayers@va.gov.
    6520--CEREC Primescan AC TP with Steel Sleeve and Sustainment Agreement (Michael E. DeBakey VAMC)
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is soliciting bids for the procurement of two CEREC Primescan AC TP units with steel sleeves and a sustainment agreement for the Michael E. DeBakey VA Medical Center in Houston, Texas. This opportunity, identified by solicitation number 36C25624Q1487, requires vendors to demonstrate their status as approved distributors by the Original Equipment Manufacturer (OEM) and provide relevant documentation with their submissions. The equipment is crucial for enhancing dental restoration capabilities within the VA medical facilities, ensuring high-quality care for veterans. Quotes are due by September 23, 2024, at 11:59 PM CST, and must be submitted electronically to Contracting Officer Jeneice Matthews at jeneice.matthews@va.gov.
    6540--Brand name or Equal Imaging Module System Phoenix VA
    Active
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of the IM910 Imaging Module for the BQ-900 system with Eye Suite, intended to enhance patient care services at the Phoenix VA Health Clinic. This procurement includes the purchase of six imaging modules, additional equipment, installation, and training services, with a focus on engaging Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The goods are critical for ophthalmic care, ensuring that the clinic can provide high-quality medical services to veterans. Interested vendors must submit their proposals by September 19, 2024, at 10:00 AM Central Time, and can contact Contract Specialist Latisha Baker at latisha.baker@va.gov or 254-899-6001 for further details.