DEPARTMENT OF THE NAVY
NAVAL MEDICAL LOGISTICS COMMAND
NOTICE OF INTENT
The Naval Medical Logistics Command intends to award a purchase order to e3 Diagnostics, Inc. For audiometric equipment. The Naval Medical Logistics Command intends to negotiate on a sole source basis in accordance with (IAW) FAR 13.106 with e3 Diagnostics, Inc. (3X391), 3333 N Kennicott Ave., Arlington Heights, IL 60004.
The proposed acquisition is for (2) audiometers, (2) analyzers, physiologic, middle ear, impedance tympanometry, and (6) analyzers, physiologic, middle ear, for Naval Medical Center Portsmouth.
The audiometers shall be capable of generating and transferring audiograms to the currently installed AudSoft AudBase audiometric software in the Government furnished networked computer of each audiometer booth at NMC Portsmouth. The audiometers shall be capable of performing 2-channel speech testing for Central Auditory Processing (CAP) testing and cochlear implant patients. The audiometers shall have a built-in amplifier to allow for testing in the sound field for children and cochlear implant patients. The proposed solution shall include two (2) tablets (e.g. iPads) that are capable of playing downloadable speech tracks and speech evaluation applications designed for CAP test battery. The two (2) tablets shall be able to function with, and connect to the two (2) audiometers.
The two (2) portable tympanometers shall be capable of middle-ear measurements for infant, pediatric, and adult patients. Each tympanometer shall include diagnostic protocols for Distortion Product Otoacoustic Emissions (DPOAEs), and Transient Evoked Otoacoustic Emissions (TEOAEs). The tympanometers shall be licensed for and capable of Electrical Stapedius Reflex Test (ESRT) on diagnostic audiogram patients and cochlear implant patients.
The two (2) portable diagnostic screening and testing instruments shall be indicated for use in the testing of Otoacoustic Emissions (OAE) in infants, children, and adults. The diagnostic screening and testing instruments shall include integrated normative data to determine if a patient is passing or failing the tests.
The four (4) clinical hearing instrument analyzers shall be programmable electrical medical systems (PEMS) that are capable of speech mapping. Each hearing instrument analyzer shall include one (1) real-ear measurement (REM) display unit and one (1) hearing instrument (e.g. hearing aid) test (HIT) acoustically-treated binaural test box. For each hearing instrument analyzer, the vendor shall include a Noah software module, which is a bidirectional software and license designed for speech mapping, exchanging patient data, importing historical Noah sessions, and interfacing with Noah software installed in the Government furnished networked computer of each audiometer booth at NMC Portsmouth. The hearing instrument analyzers shall be able to test both ears at once in real time, either on the patient's ears or in the test box. In addition, the audiometers, tympanometers, and diagnostic screening and testing instruments shall be Noah-compatible, and capable of transferring data and test results directly to the Noah software installed in the Government furnished networked computer of each audiometer booth at NMC Portsmouth. The vendor shall be able to provide all equipment noted above.
Vendor shall be an Original Equipment Manufacturer (OEM) authorized maintenance contractor for the proposed equipment/systems such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.
The system shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA, with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements.
This acquisition is being conducted under FAR 13.106-1(b)(1) soliciting from a single source. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 339112 with a small business size standard of 1,000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data, 23sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.
Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to [email protected]. Statements are due no later than 3:00 PM Eastern Standard Time (EST) on 22 August 2019. NO PHONE CALLS ACCEPTED.