REQUEST FOR INFORMATION: 36C262-23-Q-1615. THIS IS NOT A SOLICITATION. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
THIS IS NOT A SOLICITATION ANNOUNCMENT.  This is a sources sought synopsis for market research purposes ONLY. The purpose of this synopsis is to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) or Veteran Owned Small Businesses (VOSB) for relative to NAICS 339112 sources (size standard of 1000 employees). Responses to this synopsis will be used by the Government to make appropriate acquisition decisions.Â
After review of the responses to this source sought synopsis, a solicitation announcement may be published in the FedBizOpps or GSA eBuy websites. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this source sought announcement.  The Department of Veterans Affairs, Network 22 Contracts Office, is seeking sources to provide:
Brand Name or Equal Audioscan Verifit 2 for the VA Phoenix Healthcare System.
Brand name items are listed solely for a comparison for the brand name or equal Purchase Request.
Brand name: Audioscan Verifit 2.
If you are interested and can provide the required supplies, please provide the requested information as indicated below.Â
All RFI s must provide the following information:
(1) Company Name:
Address:
Phone Number:
(2) Point of Contact:
Email:
Phone Number:
(3) Company Unique Entity ID (Found at SAM.GOV):
(4) Company Business Size (Large, SDVOSB, Small etc.):
(5) Are you the manufacturer or distributor of the items being referenced above (or
equivalent product/solution)?
(6) What is the manufacturing country of origin of these items?
(7) If you re a small business and you are an authorized distributor/reseller for the items
identified above (or equivalent product/solution), do you alter; assemble; modify; the
items requested in anyway, if you do, state how and what is altered; assembled;
modified?
(8) Does your company have an FSS contract with GSA or the NAC or are you a contract
holder with NASA SEWP or any other federal contract? If so, please provide the contract
type and number.
(9) If you are an FSS GSA/NAC or NASA SEWP contract holder or another federal contract
holder, are the referenced items/solutions available on your schedule/contract?
(10) Please submit your capabilities regarding the salient characteristics being provided and
any information pertaining to brand name or equal to items to establish capabilities for
planning purposes
(11) Please provide general pricing for your products/solutions for market research purposes
(12) Estimated Delivery Date.
Responses to this notice shall be submitted via email to: John.harrison2@va.gov
Telephone responses will not be accepted. Responses must be received no later than
08/16/2023 at 11:00 AM PST. If a solicitation is issued, it shall be announced later, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. If a response to the solicitation is not received by the government representative listed above, the vendor will not be considered for award. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Please provide unofficial pricing.
Notice: No remanufactures or gray market items/ supplies will not be acceptable. Interested parties of RFI must be an authorized reseller, distributor, or dealer of the O.E.M. (Original Equipment Manufacturer). Verification can be provided by an authorization letter or other documents from the OEM. Equipment shall be in accordance with the OEM terms and conditions.
8521179 1 Audioscan Verifit 2 Advanced Hearing 2 EA $
Aid Verification System - HW: display
unit with bult-in speakers; test box;
2 cc and 0.4 cc test box couplers;
probe dock. Tests: binaural/monaural
on-ear & test box speech mapping;
directional/noise reduction/feedback/
occlusion measurements, RECD,
telecoil/loop tests; ANSI/IEC tests.
Transducers: two probe mics; test box
coupler and reference mics; RECD;
teletest handset. Features: 16 kHz
wideband measurements; WRECD; probe
guide; ambient noise levels;
comparison curves; networking
capability; sensory loss simulator.
Accessories: probe tubes; monitor
headset; battery pills;
1002324 2 Audioscan NOAH Module 2 EA $
1000027 3 LBR-Installation 2 EA $
4 SPECIAL HANDLING 2 EA $
TOTAL COST: $
Itemized Salient Characteristics
SEPG#: 359569 EER#: 205884
2 - Audioscan Verifit 2
2 - Elymonic Design NOAH Module
Description of what the equipment being requested is:
Measures hearing instrument performance in-situ (in the patient s ears) and verifies appropriate hearing instrument settings when individual ear canal resonances are considered. This procedure is required with dispensing of all hearing instruments.
Delivery specifications
(8) Audioscan Verifit 2
(8) Elymonic Design NOAH Module
(1) Set of peripherals per unit
Headphones
Mouse
Keyboard
Printer
WRECD transducer
Reference microphone
Binaural coupler microphone
(1) Pack of consumable RE367-36 probe tubes per unit
(1) Pack of consumable ER3-14A and ER3-14B foam eartips per unit
Equipment specifications
The equipment shall be compatible with current NOAH system.
The equipment shall generate stimuli and take measurements.
ANSI/IEC hearing aid testing
Non-linear hearing aids testing
On-ear instrument testing
WRECD testing.
Occlusion effect testing
Sensory loss testing
Insertion gain testing.
The equipment shall be able to customize measurement displays.
Single ear and dual ear view
Graph and table format
dB HL and dB SPL scales
Hide and show curves.
Speechmap
The equipment shall have an LCD high resolution display.
The equipment shall have integrated speakers.
The equipment shall include headphones.
The equipment shall include (4) USB ports.
The equipment shall include an ethernet port.
The equipment shall have user-friendly interface.