The RFP Database
New business relationships start here

Aurical PMM & C&S with Hi-Pro


Pennsylvania, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Purpose and Objectives: The intent of this Sources Sought Notice is to identify potential small businesses especially any SDVOSB offerors capable of providing (4) Aurical (PMM & C&S) with Hi-Pro; five (5) Aurical HIT Test Box; four (4) VESA Wall Mount Kits as listed in the attached Statement ofWork: These are for the Butler VA Medical Center in Butler, PA 16001. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to provide the principal components of supplies listed in the attached document. Responses should include the following information: Business name, address, Point of Contact, Service Disabled Veteran Owned Small Business info. All information is to be submitted via e-mail at donna.cooper2@va.gov. Information provided will not be returned. All responses shall be in the English Language. Responses are due by 4:00 am (EST) on Tuesday, May 3, 2017. No submissions will be accepted after this date and time. Questions can be submitted electronically to donna.cooper2@va.gov.
This is a Sources Sought Notice and submissions will be used for informational and planning purposes only. This notice does not constitute a formal Request for Quote (RFQ), nor is the government obligated to issue an RFQ. In addition, the Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this survey.
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. In accordance with FAR 15.201(e), 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.


Aurical (PMM & C&S) with Hi-Pro, Aurical HIT Test Box, and VESA Wall mount kit

Delivery, Installation, Calibration and Training


A.1 INTRODUCTION- This contract is for the delivery, installation, calibration and onsite training and education for four (4) Aurical (PMM & C&S) with Hi-Pro, five (5) Aurical HIT Test Box, and four (4) VESA Wall mount kit for VA Butler Healthcare located at 353 North Duffy Rd, Butler, PA 16001. Delivery shall be May 15, 2017
A.2 BACKGROUND- The Aurical is a complete, binaural fitting system that streamlines the entire fitting process from hearing assessment, testing and counseling to fitting and verification. It includes audiometry, PMM and HIT and enables you to achieve the best fit for every client through greater efficiency, more flexibility and quality counseling. The result is a smoother workflow for you and a better fitting experience for the patient. The PMM is NOAH compatible without the use network IP address and is fully automated with Phonak and Resound fitting software. No other unit has this capability. It also has built in Hi-Pro.

A.3 SCOPE OF WORK Four (4) Aurical (PMM & C&S) with Hi-Pro, five (5) Aurical HIT Test Box, and four (4) VESA Wall mount kit will be delivered to VA Butler Healthcare located at 353 North Duffy Rd, Butler, PA 16001. Delivery shall include onsite installation, unpacking and installing equipment, configuring software, initial calibration and loading network settings. Training and education shall include one (1) full day of training. Trade-in equipment is for three (3) Audioscan Verifit s #2997, #3612, and #4667. The trade in equipment cannot occur until October 2017.

STATEMENT OF WORK PART B - WORK REQUIREMENTS
B.1 The vendor:
B1.1 Will provide delivery, installation, initial calibration and one (1) full day of training for Four (4) Aurical (PMM & C&S) with Hi-Pro, five (5) Aurical HIT Test Box, and four (4) VESA Wall mount kits to the VA Butler Healthcare Center at an anticipated delivery date on May 15, 2017.that will be coordinated between the vendor and VA Butler Healthcare based on the VA Butler Health Care Center Construction schedule.
B1.2 The four (4) Aurical (PMM & C&S) with Hi-Pro must have the following specifications:
B1.2.1 Aurical FreeFit, the Probe Microphone Module (PMM) unit
B1.2.2 Wireless binaural PMM
B1.2.3 Perform precise and comprehensive ear measurements without cables
B1.2.4 Built-in Hi-Pro2
B1.2.5 Aurical Aud with RoomTune
B1.2.6 OTOsuite software interface
B1.2.7 Modular and portable design
B1.2.8 Easy to User Test functionality
B1.2.9 Customizable protocols and test sequences
B1.2.10 A short learning curve due to consistent look and feel
B1.2.11 Unprecedented scalability so you can add more modules when you need them
B1.2.12 Noah and Electronic Medical Records (EMR) compatibility
B1.2.13 Extensive library for report templates
B1.2.14 Easy-to-share User Tests and reports
B1.2.15 InterModule Communication (IMC)- Aurical and OTOsuite support so you can perform
verification with Aurical directly from IMC-capable hearing instrument fitting software
B1.2.16 Counseling tools, including hearing instrument and hearing loss simulators
B1.2.17 FreeStyle with two channel option
B1.2.18 Feature2Benefit mode


B1.3 The five (5) Aurical HIT Test box must have the following specifications:
B1.3.1 Test chamber one position
B1.3.2 Must be able to perform coupler-based fittings and hearing instrument testing without
repositioning the hearing instrument

B1.4 Four (4) VESA Wall mount kits

B1.5 Trade in Value for (3) Audioscan Verifit s #2997, 3612, 4667 Government intends to offer Trade Ins and is willing to work with contractor
The trade in equipment cannot occur until October 2017.

B1.6 Installation, initial calibration and one (1) full day of training

B1.7 Shipping and Handling at no charge

B1.8 All units come with a two year parts, labor and on-site service manufacturer warranty. Loaner
equipment is available at no charge

STATEMENT OF WORK GENERAL REQUIREMENTS
C.1. The contractor shall adhere to the job site requirements listed below:
C.1.1. All personnel to adhere to site safety requirements PPE at a minimum to include hard hats, safety glasses, high-visibility clothing, hard sole shoes.
C.1.2. All personnel subject to a 30-minute site safety orientation conducted by General Contractor (GC).
C.1.3. Vendor responsible for unloading, handling, unpacking; clean up to dumpster provided by GC
C.1.4. Vendor to schedule deliveries through VA who would in turn schedule with GC. At the time of these deliveries, most if not all products will have to go through the loading dock, so a schedule will be arranged for dock use.
C.1.5. VA to obtain and maintain current certificates of insurance for each vendor
C.1.6. Vendor responsible for protecting product after installation
C.1.7. Standard work hours are Monday Friday, 7:00 AM 3:30 PM
C.1.8. Contractor shall provide proof of insurance to COR before any work starts


STATEMENT OF WORK PART D SUPPORTING INFORMATION

D.1. Place of Performance VA Butler Healthcare Medical Center and/or Health Care Center (hereafter referred to as, The VA , VAMC , or HCC )
D.2. Period of Performance Period covers installation and verification/testing of operations to ensure the equipment operate as marketed.
D.3. Special Considerations
D.3.1. Contractor Furnished Materials and Services
D.3.1.1. Equipment to transport equipment (e.g., dollies, pallet jacks, etc.)
D.3.1.2. Tools necessary to finalize installation of equipment (e.g., installation of casters, setup of shelving)
D.3.2. Government Furnished Materials and Services
D.3.2.1. Elevator access, power, and as optimal an operating environment as can be reasonably achieved.
D.3.3. Qualifications of Key Personnel Each party will determine the level of skills and adequate training for personnel supplied.

D.3.4. Contractor s Statement of Release - In consideration of the modification agreed to herein as complete equitable adjustment, the Contractor hereby releases the Government from any and all liability under this contract for further equitable adjustments attributable to this modification.

D.3.5. VA Butler Healthcare will provide a secure area for operation of the purchased equipment.

donna.cooper2@va.gov

Donna.Cooper2@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP