6515--Titan Analyzer e3 Diagnostics Brand Name or Equal to This is not a request for quotes

Agency:
State: Federal
Type of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Posted: Mar 8, 2024
Due: Mar 13, 2024
Publication URL: To access bid details, please log in.
Follow
6515--Titan Analyzer e3 Diagnostics Brand Name or Equal to This is not a request for quotes
Active
Contract Opportunity
Notice ID
36C24424Q0443
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
244-NETWORK CONTRACT OFFICE 4 (36C244)
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 08, 2024 05:00 pm EST
  • Original Response Date: Mar 13, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Mar 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 339113 - Surgical Appliance and Supplies Manufacturing
  • Place of Performance:
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT
THIS IS A REQUEST FOR INFORMATION NOTICE SOLE SOURCE

This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this notice of intent to sole source. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation.

STATEMENT OF NEED

VA Pittsburgh Healthcare System (VAPHS)
Titan V4 Clinical Middle Ear Analyzer

The VA Pittsburgh Healthcare System (VAPHS) is a tertiary referral center for the western half of VA Healthcare VISN 4, treating Veterans from Altoona, Erie, and Butler, in Pennsylvania and Clarksburg, West Virginia. VAPHS proudly serves the Veteran population throughout the tri-state area of Pennsylvania, Ohio, and West Virginia. VAPHS consists of two clinical care facilities in Pittsburgh (HJH and University Drive locations) as well as five community-based outpatient clinics. VAPHS maintains academic affiliations with over 170 associated health educational programs, to include the University of Pittsburgh Schools of Medicine and Dental Medicine.

The primary objective of this Statement of Work is to define the scope for the procurement, and integration of the Interacoustics Titan V4 Clinical Middle Ear Analyzer. The Titan with IMP440 Impedance System is an electroacoustic test instrument that produces controlled levels of test tones and signals intended for use in conduction diagnostic hearing evaluations and assisting in the diagnosis of possible otologic disorders. It features tympanometry and acoustic reflexes. It also measures various acoustic properties of the ear, namely power reflectance, power absorption, transmittance, reflectance group delay, complex acoustic impedance and admittance, and equivalent ear canal volume. These measures allow the evaluation of the functional condition of the middle and outer ear.

The Titan with DPOAE440 is intended for use in the audiologic evaluation and documentation of ear disorders using Distortion Product Otoacoustic Emissions. The Titan with ABRIS4401 is intended for use in the audiologic evaluation and documentation of ear and nerve disorders using auditory evoked potentials from the inner ear, the auditory nerve and the brainstem. The Titan with TEOAE440 is intended for use in the audiologic evaluation and documentation of ear disorders using Transient Evoked Otoacoustic Emissions.

The Titan is a multifunctional screening and/or diagnostic device that interfaces with integrated audiologic software modules on a PC or can be operated as a standalone handheld device. Depending on the installed software modules, it can perform: Impedance and Wide Band Tympanometry (IMP440/WBT440), Distortion Product Otoacoustic Emissions (DPOAE440), Automated Auditory Brainstem Responses (ABRIS440), and Transient Evoked Otoacoustic Emissions (TEOAE440). IMP440 also delivers tympanometry through advanced technologies. These include: Endless airflow pressure control technology, high resolution recordings and an intelligent pump system with an adaptive speed control around the tympanic peak. This brand name only system is an upgrade on the one we use with advancements in technology, with the purchase being a one for one replacement of the upgraded models of the same product. Being the next generation of the Titan Clinical Middle Ear Analyzer, providers will already have familiarity with the system.

Requirements:

Description/Part Number*
Qty
Titan V4 Clinical Middle Ear Analyzer
6
Instructions
The information identified above is intended to be descriptive, of the brand name Titan Analyzer e3 Diagnostics are to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications mentioned above.
Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339113.
Please answer the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?
(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).
(5) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process.
(6) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(7) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job.
(8) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number.
(9) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?
(10) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.
(11) Please submit your capabilities regarding the brand name equipment.
(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.
This Intent to Sole Source Notice RFI (Request for Information) will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to andrew.taylor3@va.gov no later than 4 PM Eastern Standard Time (EST) on Wednesday March 13, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24423Q0443 in the subject of the email response.
Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Officer Andrew Taylor.
All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award.
If a solicitation is issued, information will be posted on the Beta.Sam web site for all qualified interested parties at a later date and interested parties must respond to this Intent to Sole Source Notice to be considered for a set-aside. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at andrew.taylor3@va.gov
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI.
End of Document
Attachments/Links
Contact Information
Contracting Office Address
  • 1010 DELAFIELD ROAD
  • PITTSBURGH , PA 15215
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 08, 2024 05:00 pm ESTSpecial Notice (Original)
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

...Follow FY24 Duluth Ship Canal Active Contract Opportunity Notice ID W911XK24B0001 Related Notice... ...

DEPT OF DEFENSE

Bid Due: 5/06/2024

...Follow FY24 Duluth Ship Canal Active Contract Opportunity Notice ID W911XK24B0001 Related Notice... ...

DEPT OF DEFENSE

Bid Due: 5/06/2024

...Follow FY24 Duluth Ship Canal Active Contract Opportunity Notice ID W911XK24B0001 Related Notice...) ...

DEPT OF DEFENSE

Bid Due: 5/06/2024

...Follow Z--CRIP Main Canal Check MC185, MC270, MC420 Active Contract Opportunity Notice ID... ...

INTERIOR, DEPARTMENT OF THE

Bid Due: 5/15/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.