Combine Solicitation - Audiology Equipment Service - Insurance News | InsuranceNewsNet

InsuranceNewsNet — Your Industry. One Source.™

Sign in
  • Subscribe
  • About
  • Advertise
  • Contact
Home Now reading Newswires
Topics
    • Advisor News
    • Annuity Index
    • Annuity News
    • Companies
    • Earnings
    • Fiduciary
    • From the Field: Expert Insights
    • Health/Employee Benefits
    • Insurance & Financial Fraud
    • INN Magazine
    • Insiders Only
    • Life Insurance News
    • Newswires
    • Property and Casualty
    • Regulation News
    • Sponsored Articles
    • Washington Wire
    • Videos
    • ———
    • About
    • Meet our Editorial Staff
    • Advertise
    • Contact
    • Newsletters
  • Exclusives
  • NewsWires
  • Magazine
  • Newsletters
Sign in or register to be an INNsider.
  • AdvisorNews
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Exclusives
  • INN Magazine
  • Insurtech
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Video
  • Washington Wire
  • Life Insurance
  • Annuities
  • Advisor
  • Health/Benefits
  • Property & Casualty
  • Insurtech
  • About
  • Advertise
  • Contact
  • Editorial Staff

Get Social

  • Facebook
  • X
  • LinkedIn
Newswires
Newswires RSS Get our newsletter
Order Prints
October 7, 2014 Newswires
Share
Share
Post
Email

Combine Solicitation – Audiology Equipment Service

Federal Information & News Dispatch, Inc.

Notice Type: Combine Solicitation

Posted Date: 06-OCT-14

Office Address: Department of the Navy; Bureau of Medicine and Surgery; Naval Medical Center San Diego; Bldg 134800 Bob Wilson Drive San Diego CA 92134-5000

Subject: Audiology Equipment Service

Classification Code: J - Maintenance, repair & rebuilding of equipment

Solicitation Number: N00259-15-T-0010

Contact: Kevin W. Knapp, Phone 6195325944, Email [email protected]

Setaside: Total Small BusinessTotal Small Business

Place of Performance (address): 34800 Bob Wilson Dr.San Diego, CA

Place of Performance (zipcode): 92134

Place of Performance Country: US

Description: Department of the Navy

Bureau of Medicine and Surgery

Naval Medical Center San Diego

The proposed contract action is for Audiology Department equipment service maintenance and calibration, which the Naval Medical Center San Diego intends to solicit this requirement on a sole source basis to Pommier, K W Associates Inc DBA Audiometrics 909 S Tremont St, Oceanside, CA, 92054-5048 under the authority of Far 13.106-1(b)(1). Justification: Under the authority of FAR 13.106-1(b)1, Sole source justification is based on Audiometrics having the only factory trained service maintenance technicians for the variety of equipment owned by NMCSD Audiology Department. Additionally, Audiometrics is the only vendor who can respond with full repairs within the 24-48 hour window needed to maintain proper patient care at NMCSD.

This is a solicitation for Services, prepared in accordance with the format in FAR subpart 12.6, using Simplified Acquisition procedures for commercial items found in FAR 13, as supplemented with additional information included in this notice.

This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-15-T-0010 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 811219. Size $20.5M

All interested bidders shall submit quotations electronically by email to [email protected] or by facsimile at 619-532-5596, attention Kevin W. Knapp. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 06 October 2014, 08:00AM Pacific Daylight Time to be considered responsive.

CLIN 0001: 1 Year Audiology equipment service maintenance and calibration for all listed equipment. All work performed in accordance with the Statement of Work: Equipment List attached

$_______________ STATEMENT OF WORK MEDICAL EQUIPMENT SERVICE MAINTENANCE WITH LOANER OPTION AUDIOLOGY DEPARTMENT BLD 2 DECK 2 619 532-9602 GENERAL REQUIREMENTS: The effort required hereunder shall be performed in accordance with this Statement of Work and with all other terms and conditions set forth herein. SCOPE: The contractor is required to provide all services, materials and equipment necessary for the repair/preventive maintenance of (Also see attached for list with ECNs and Serial #s.) AUDIOMETERS, TYMPSTARS, AUDIOSCAN HEARING AID ANALYZERS, PORTABLE AUDIOMETERS, OTOACOUSTIC EMISSIONS ANALYZERS, ABAER SYSTEMS, BIOLOGIC NAVIGATORS (MASTER) SYSTEMS, MAICO PORTABLE AUDIOMETERS, TRAVELER ABRS, NEUROCOM BALANCE MANAGER (POSTUROGRAPHY), ACOUSTIC SYSTEM TESTING HEARING BOOTHS ( INCLUDING VRA EQUIPMENT) located in the AUDIOLOGY DEPARTMENT Bld. 2 Deck 2 at Naval Medical Center, San Diego (NMCSD) to ensure dependable and reliable equipment operation. The scope of work performed under these specifications includes the furnishing of all labor, and parts to perform all repairs on equipment listed, to assure continued operation at their designed efficiency and capacity. LOCATION: ENT Clinic, Material Management BIOMED Repair Department, Building 1, Ground Floor, Room GD-18H, Naval Medical Center San Diego, 34800 BOB WILSON DRIVE, SAN DIEGO, CA. 92134-5000. NMCSD PREVENTIVE MAINTENANCE REQUIREMENTS: a. Contractor will respond no later than two (2) business days after telephone notification of Preventive Maintenance Service request. b. Perform service repair/preventive maintenance to industry standards. c. Ensure that only FULLY QUALIFIED FIELD ENGINEERS and TECHNICIANS who have gone through original equipment manufacturer (OEM) or comparable third party service schools for the above-mentioned equipment, shall be employed in the performance of any and all work performed under this contract. Upon request, contractor shall provide training certificates (or notarized copies) to the Material Management Department BIOMED division for verification. d. Make repairs to the extent necessary (as determined by inspection tests or disassembly) to ensure a functional system that will efficiently serve its intended purpose. e. NMCSD CORRECTIVE MAINTENANCE REQUIREMENTS: a. Correct inoperable condition in a timely manner. Immediately upon contract award, the contractor will provide Material Management Department BIOMED division, Naval Medical Center San Diego, an emergency telephone number. Contractor will respond no later than two (2) hours after telephone notification Monday-Friday, hours of 0800-1600. b. Provide only the work necessary to restore the equipment to a serviceable/operating condition by adjustments, replacement parts, or minor repairs when it is determined that extensive repairs and parts replacements are not necessary. c. Equipment improvements/modifications shall be made only upon Material Management Department, Biomed Repair Department written approval and direction. d. Notify the Material Management Department, Naval Medical Center San Diego, Biomed Repair Department immediately upon receipt of OEM or replacement parts/equipment safety recalls notices. e. Insure that original design and functional capabilities will not be changed, modified, or altered unless the Material Management Department, Biomed Repair Department, Naval Medical Center, San Diego authorizes such changes in writing. f. Provide suitable OEM recommended repair equipment/tools required for the satisfactory execution of all repairs made. g. Furnish manufacturer OEM approved lubricants and lubricate wear points within the equipment. h. Extend to the Government all commercial warranties on replacement parts, consistent with standard industry inventory.

TRAVEL AND RELATED EXPENSES: Contractor shall be responsible for its service related trip expenses including round trip travel, mileage, and overnight living expenses.

RESPONSE TIME: Contractor shall use commercially reasonable efforts to: a. Respond by telephone to any report of a malfunction requiring repair within two (2) hours of notification by NMCSD Monday - Friday, 0800-1600. b. Provide on-site support within two (2) business days of notification by NMCSD personnel. c. Vendor must be locally based (within 100 mile radius of NMCSD) to provide quick response time.

TITLE TO EQUIPMENT: Contractor shall not assume possession or control of any part of the equipment. The government retains ownership to title thereof.

LIABILITY: The Contractor shall not be liable for any loss, damage, or delay due to any cause beyond his reasonable control including but not limited to, acts of government, strikes, lockouts, fire, explosion, theft, floods, riot, civil commotion, war, malicious mischief or acts of God.

UTILITIES: The Contractor may use Government utilities, (e.g., electrical power, compressed air, and water) that are available and required for any service performed under this contract. The building engineer, to ensure compatibility with the Naval Medical Center's electrical wiring and equipment, must approve contractor electrical equipment.

SHIPMENT: The contractor shall not exceed two (2) business days of shipment for all equipment coming from and going to Material Management Department, Biomed Repair Department, Naval Medical Center San Diego. ACCESS TO EQUIPMENT: Contractor shall be provided reasonable access to all equipment that is to be serviced and utility outlets required to do the service. The contractor shall be free to start and stop all primary equipment incidentals to the operation of the maintained equipment after permission is received from on-duty personnel responsible for such equipment.

GOVERNMENT PERSONNEL: NMCSD employees will not perform maintenance or attempt repairs to equipment while such equipment is under the purview of this contract unless agreed to in writing by the contractor.

PARTS AVAILABILITY: To ensure minimal equipment downtime, contractor shall maintain replacement repair parts and materials necessary to perform each repair or supply said parts and materials within two (2) business days. Labor: All compensation for labor from the hours of 0800-1600. Local PST Time is included in the contract price. Any labor performed outside of this timeframe is not included in the contract pricing. If service becomes necessary to be performed between 1600-0800, NMCSD Biomedical Repair Division shall be notified prior to performance. Parts and materials: All compensation for parts and materials is included in contract price.

Parts/Supplies Quality: Parts and Supplies provided under this contract shall be new.

SPECIAL CONDITIONS: The Contractor shall send a loaner unit within 48 hours of receiving call. Repair of government owned equipment shall be accomplished at Contractor Facility. Equipment shall be returned to NMCSD upon completion of repair work. Contractor shall be responsible for all shipping costs.

SECURITY REQUIREMENTS: Contractor will be required to contact the Medical Repair Branch at (619) 532-8010 to submit the required information to complete the NMCSD Security Pass Form by 1400 the day prior to the scheduled visit. In the case of emergent repairs/service, the contractor will wait at the main gate for an escort from Medical Repair Branch personnel.

CONTRACTOR CHECK-IN/CHECK-OUT: Contractor is required to report to the Material Management Department, Biomed Repair Department, Build 1, Ground Floor, Room GD-18H1 Naval Medical Center San Diego, for Visitor Badges during the hours of 0800-1600, Monday through Friday, prior to and upon completion of any service/repair performed.

FIELD SERVICE REPORTS: Contractor shall furnish a written or electronic vendor supplied Field Service Report (FSR) to the Duty Staff at:

Naval Medical Center, San Diego Bio Medical Repair Building 1, Ground Floor, Room GD-18H1 Phone: 619-532-8010 Fax: 619-532-8013

Or electronically at: [email protected] The contractor, or his representative, shall complete the vendor supplied Field Service Report to include the following:

Contractor Name Technician's Printed Name, Telephone Number and Signature Date and Time of Arrival ECN (Equipment Code Number) and Serial Number Time Expended Repairing/Service; Labor Hours, Rate and Materials Summary of Work Performed and Accepted by End-User (Government Representative's Printed Name and Signature) All Field Service Reports shall be submitted within 72 hours of completion of service.

Completed Field Service Reports are Required Prior to Acceptance of any Invoice.

PREVENTIVE MAINTENANCE AND REPAIR SERVICE SCHEDULES Services SHALL be required based upon the following AGREED schedules: PREVENTIVE MAINTENANCE: (Check One)

____ One (1) time per fiscal year ____________________________

_____ Two (2) times per fiscal year ___ _________________________

__ X_ Four (4) times per fiscal year: OCT2014, JAN2015, APR2015, AND JUL2015_

REPAIR: (Check One) ___X___ Monday - Friday, 0800-1600 hrs.

_______ Seven (7) days per week, 24-hour coverage

CONTRACTOR POINT OF contact (POC):

Telephone Number: FAX:

E-Mail: LIST OF EQUIPMENT ON STATEMENT OF WORK

Grason Stadler Model GSI-61 Audiometer ECN: 107628; SN 105377 Grason Stadler Model GSI-61 Audiometer ECN: 107630; SN: 105380 Grason Stadler Model GSI-61 Audiometer ECN: 107629; SN: 105379 Grason Stadler Model GSI-61 Audiometer ECN: 107632; SN: 105378 Grason Stadler Model GSI-61 Audiometer ECN: 33091; SN: 52141 Grason Stadler Tympstar Impedance Bridge ECN: 0-35382; SN: ALO62315 Grason Stadler Tympstar Impedance Bridge ECN: 0-35391; SN: ALO62314 Grason Stadler Tympstar Impedance Bridge ECN: 106177; SN: ALO94119 Grason Stadler Tympstar Impedance Bridge ECN: 106176; SN: ALO95008 Grason Stadler Tympstar Impedance Bridge ECN: OM47F1; SN: 2002-0388 Audioscan Hearing Aid Analyzer ECN: 0-35214; SN: 2595 Audioscan Hearing Aid Analzyer ECN: 0-35213; SN: 2593 Audioscan Hearing Aid Analzyer ECN: 0-35331; SN: 2594 Maico MA-41 Portable Audiometer ECN: OM2E40; SN: 65070 Maico MA-41 Portable Audiometer ECN: 0-24082; SN: 65069 Maico MA-41 Portable Audiometer ECN: OM16FD; SN: 71026 Otodynamcis Otoacoustic Emissions ECN: 0-33091; SN: ECHO (DP4/05/0199/09) Otodynamics Otoacoustic Emissions ECN: 108784; SN: LR-ALPDA Otodynamics Otoacoustic Emissions ECN: 0-31727; SN: DP403004711 Otodyanmics Otoacoustics Emissions ECN: 106417; SN: DP0409050496

ABAER Newborn Hearing Screener ECN: 0-99276; SN: SZSL93DA081700700 ABAER Newborn Hearing Screener ECN: 0-99275; SN: SZSL939AO8100969 ABAER Newborn Hearing Screener ECN: 98092; SN: SZSL93DA082900589 Biologic Navigator Pro ABR/ASSR ECN: 35643; SN: NP0611716 Biologic Master ABR/ASSR ECN: 0-98278; SN: CNU8293V9T Biologic Master ABR/ASSR ECN: 102422; SN: 09D05288M Biologic Master ABR/ASSR ECN: 102421; SN: 09D05304M8 Traveler ABR System ECN: 00259OM2CAE; SN: TE96J0351 Acoustic Systems Audio Testing Booth ECN: 0-97341; SN: RS-143-1 Acoustic Systems Audio Testing Booth ECN: 0-97338: SN; RS-143-2 Acoustic Systems Audio Testing Booth ECN: 0-97339; SN: RS-143-3 Acoustic Systems Audio Testing Booth ECN: 0-97340; SN: RS-143-4 Interacoustics Audiometer ECN: 0-23999; SN: 100277 Interacoustics Audiometer ECN: 0-24001; SN: 100278 Grason STadler Auditory Analyzer ECN: 38013; SN: AT040540 AUDSUP-B Bronze AUDBASE Support Software installed on the following computers: NCMSDPC - 410V5B; 410V47; 410V5J; 410V7M; 410V5Y; 410V2G; 8C8VFK1; 410TNL; 410TPR; 410TQL; 410VFZ; 410VG4; 410TNC; 410TR0; 410VFY VNG/ ENG Computer Medical System ECN: 104948; SN: 47D6JJ1 DVAT (Dynamic Visual Acuity Tester) ECN: 105003; SN: DL3111 Balance Manager Smart Equitest Posturography ECN: 106654; SN: 5170

All responsible sources may submit a quotation, which shall be considered by the agency. The government will only consider firm, fixed price quotation. Contractor must be registered to the SAM prior to award. The website address for SAM registration is www.sam.gov. Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, when submitting a proposal. The website address is http://www.Acquisition.gov.

DELIVERY ADDRESS: Naval Medical Center, 34800 Bob Wilson Drive, San Diego, CA. 92134

The attached solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-76. It is the contractors' responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at www.acquisitions.gov and or www.asq.osd.mil.

52.204-7 Central Contractor Registration (FEB 2012). 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instruction to Offerors-Commercial Item (FEB 2012) 52.212-2, Evaluation - Commercial Items (JAN 1999), 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, price and other factors considered. The following factors shall be used to evaluate offers in descending order of importance:

FACTOR 1: Technical Capability defined as the contractors' ability to have the knowledge with Infant Security systems and the working experience, and understanding of the Performance Work Statement and necessary to provide the requested items and services for the governments' requirements as stated in the PWS.

FACTOR 2: Past Performance Provide three (3) references with the Point of contact, telephone number, address, contract numbers, addressing that you have provided the same services within the last 3 years.

FACTOR 3: Price The government shall conduct a price evaluation of all technically acceptable offers with satisfactory past performance.

Technical capability and past performance, when combined, are significant evaluation factors that will be most advantageous to the Government. Contractors who do not meet both of the first two factors will not undergo a price evaluation.

52.212-3 Offeror Representations and Certification--Commercial Items (MAR 2012)

52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2012).

52.212-5 Contract Terms and Conditions Required to Implement Statutes or

Executive Orders--Commercial Items (MAR 2012).

52.222-3 Convict Labor (JUN 2003).

52.222-19 Child Labor -- Cooperation with Authorities and Remedies (MAR 2012).

52.222-26 Equal Opportunity (MAR 2007).

52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010).

52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008).

52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003).

52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

52.252-2 Clauses Incorporated By Reference (FEB 1998).

252.204-7004 Alternate A, Central Contractor Registration (SEP 2007).

252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2012).

252.225-7001 Buy American Act and Balance of Payments Program (OCT 2011).

252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003).

252.232-7003 Electronic Submission of Payment Requests (OCT 2012).

Link/URL: https://www.fbo.gov/spg/DON/BUMED/N00259/N00259-15-T-0010/listing.html

Copyright:  (c) 2013 Federal Information & News Dispatch, Inc.
Wordcount:  2491

Newer

Combine Solicitation – Senior Development Outreach and Communications (DOC) Officer

Advisor News

  • Hagens Berman: Retired First Responders Sue Washington State over Rights to $3.3B Pension Funds Threatened by Lawmakers
  • Financially support your adult children without risking your future
  • NY insurance agent and Ponzi schemer faces 4-12 years in prison
  • Economic pressure makes boomerang living a new normal
  • Millennials ready to bring their advisor to the family table
More Advisor News

Annuity News

  • A new opportunity for advisors: Younger indexed annuity buyers
  • Most employers support embedding guaranteed lifetime income options into DC Plans
  • InspereX Partners with AuguStar Retirement for Strategic Expansion into Annuity Market
  • FACC and DOL enter stipulation to dismiss 2020 guidance lawsuit
  • Zinnia’s Zahara policy admin system adds FIA chassis to product library
More Annuity News

Health/Employee Benefits News

  • LAWMAKERS SPOTLIGHT HOW HIGH HOSPITAL PRICES DRIVE THE HEALTH CARE AFFORDABILITY CRISIS
  • ACTING SUPERINTENDENT KAITLIN ASROW SECURES $2.25 MILLION CYBERSECURITY SETTLEMENT WITH DELTA DENTAL
  • New Cigna CEO: Insurer to exit ACA, focus on ‘relentless’ push for affordability
  • Thousands of Marylanders downgraded health plans on ACA marketplace amid rising premiums
  • Trump’s Medicaid fraud crackdown may sound sensible, but it could harm Americans who require long-term care
More Health/Employee Benefits News

Life Insurance News

  • Finalists announced for Lincoln's 2026 Best Places to Work
  • Investors Heritage Promotes Anna Reynolds to Senior Vice President and General Counsel
  • AM Best Affirms Credit Ratings of Old Republic International Corporation’s Subsidiaries
  • Government seeks dismissal of Dean Vagnozzi’s lawsuit against SEC
  • Symetra Promotes Nicholas Mocciolo to Chief Investment Officer of Symetra Financial Corporation
More Life Insurance News

- Presented By -

NEWS INSIDE

  • Companies
  • Earnings
  • Economic News
  • INN Magazine
  • Insurtech News
  • Newswires Feed
  • Regulation News
  • Washington Wire
  • Videos

FEATURED OFFERS

Protectors Vegas Arrives Nov 9th - 11th
1,000+ attendees. 150+ speakers. Join the largest event in life & annuities this November.

A FIA Cap That Stays Locked
CapLock™ from Oceanview locks the cap at issue for 5 or 7 years. No resets. Just clarity.

Aim higher with Ascend annuities
Fixed, fixed-indexed, registered index-linked and advisory annuities to help you go above and beyond

Unlock the Future of Index-Linked Solutions
Join industry leaders shaping next-gen index strategies, distribution, and innovation.

Leveraging Underwriting Innovations
See how Pacific Life’s approach to life insurance underwriting can give you a competitive edge.

Bring a Real FIA Case. Leave Ready to Close.
A practical working session for agents who want a clearer, repeatable sales process.

Press Releases

  • Hexure Offers Real-Time Case Status Visibility and Enhanced Post-Issue Servicing in FireLight Through Expanded DTCC Partnership
  • RFP #T01325
  • RFP #T01325
  • RFP #T01825
  • RFP #T01825
More Press Releases > Add Your Press Release >

How to Write For InsuranceNewsNet

Find out how you can submit content for publishing on our website.
View Guidelines

Topics

  • Advisor News
  • Annuity Index
  • Annuity News
  • Companies
  • Earnings
  • Fiduciary
  • From the Field: Expert Insights
  • Health/Employee Benefits
  • Insurance & Financial Fraud
  • INN Magazine
  • Insiders Only
  • Life Insurance News
  • Newswires
  • Property and Casualty
  • Regulation News
  • Sponsored Articles
  • Washington Wire
  • Videos
  • ———
  • About
  • Meet our Editorial Staff
  • Advertise
  • Contact
  • Newsletters

Top Sections

  • AdvisorNews
  • Annuity News
  • Health/Employee Benefits News
  • InsuranceNewsNet Magazine
  • Life Insurance News
  • Property and Casualty News
  • Washington Wire

Our Company

  • About
  • Advertise
  • Contact
  • Meet our Editorial Staff
  • Magazine Subscription
  • Write for INN

Sign up for our FREE e-Newsletter!

Get breaking news, exclusive stories, and money- making insights straight into your inbox.

select Newsletter Options
Facebook Linkedin Twitter
© 2026 InsuranceNewsNet.com, Inc. All rights reserved.
  • Terms & Conditions
  • Privacy Policy
  • InsuranceNewsNet Magazine

Sign in with your Insider Pro Account

Not registered? Become an Insider Pro.
Insurance News | InsuranceNewsNet