Solicitation - Wireless Automated Hearing Test Systems
ID: W91YTZ25QA031Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M MRCO EASTFORT BELVOIR, VA, 22060-5580, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES (6515)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Army's Medical Readiness Contracting Office - East, is issuing a solicitation for the procurement of Wireless Automated Hearing Test Systems (WAHTS) to support the Hearing Conservation Clinic at Womack Army Medical Center in Fort Bragg, North Carolina. The contract requires the supply of eight WAHTS AC Systems, including annual calibration, software access, and necessary accessories, with an emphasis on urgency due to compliance with updated Hearing Conservation Program requirements. This procurement is particularly significant as it aims to enhance soldier readiness and is set aside for small businesses, promoting participation from Women-Owned Small Businesses (WOSB) and economically disadvantaged entities. Interested contractors should direct inquiries to Cotrena Y. Brown-Johnson at cotrena.y.brownjohnson.mil@health.mil or Michael J. McCollum at michael.j.mccollum12.civ@health.mil, with proposals due by the specified deadlines outlined in the solicitation documents.

    Point(s) of Contact
    Files
    Title
    Posted
    The memorandum details an intention to limit competition for a contract with WAHTS LLC to supply Wireless Automated Hearing Test Systems and accessories for the Hearing Conservation Clinic at Womack Army Medical Center. The estimated total value of the contract is undisclosed but falls under the Simplified Acquisition Threshold. As WAHTS Hearing LLC is the sole manufacturer of the required systems, a sole source justification is provided, citing no alternative sources for the equipment, parts, or necessary software. The urgency of the procurement is highlighted, as failure to secure this equipment could hinder compliance with the updated Hearing Conservation Program requirements. Market research was conducted to validate the necessity and sole vendor situation, and an intent to award a sole source contract will be announced on SAM.GOV. The memorandum ensures that all compliance and regulatory actions under the Federal Acquisition Regulation (FAR) are observed throughout the procurement process while emphasizing the critical nature of this contract for soldier readiness. The document serves as an essential record for the Medical Readiness Contracting Office in initiating the acquisition process.
    The document outlines a solicitation for Women-Owned Small Businesses (WOSB) seeking bids for a contract to supply a Wireless Automated Hearing Test System (WAHTS) for the Fort Liberty Medical Readiness Contracting Office. The solicitation includes critical details such as requisition and solicitation numbers, contractor contacts, submission deadlines, and specifications for pricing. The contract features firm-fixed pricing with specific delivery requirements set for 2025. Compliance with various Federal Acquisition Regulation (FAR) clauses and Department of Defense (DoD) guidelines is mandated, including clauses addressing cybersecurity, whistleblower rights, and labor standards. Bidders are instructed to submit proposals electronically and are made aware that the selection process will prioritize price, although technical capabilities may be considered. The solicitation emphasizes the promotion of small businesses, particularly those owned by women and economically disadvantaged individuals, as part of federal contracting initiatives. This solicitation exemplifies the government's commitment to enhancing procurement diversity, particularly encouraging participation from WOSBs in federal contracts.
    Similar Opportunities
    VDATS Support Equipment Rhodes & Schwartz
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of VDATS support equipment kits, including RF, AB-19, SASI, PM, SIG GEN, and VDATS XC Kits, under solicitation FA857926R00010001. This firm-fixed-price requirements contract is set for a five-year period, with an estimated quantity of five units per kit for each of the five ordering periods, and is specifically set aside for Women-Owned Small Businesses (WOSB) and Economically Disadvantaged Women-Owned Small Businesses (EDWOSB). The equipment is crucial for measuring and testing electrical signals, and all kits will be inspected and accepted at Robins AFB in Georgia. Interested offerors must provide a financial capability statement, substantiating documentation, and detailed pricing information, with proposals due by the specified deadline. For further inquiries, contact Jonathon VanBrunt at jonathon.vanbrunt@us.af.mil or Valerie Evans at valerie.evans.1@us.af.mil.
    Medical Physics Testing
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is seeking proposals for Medical Physics Testing services under a combined synopsis/solicitation format. This procurement is specifically set aside for small businesses, with a focus on commercial items categorized under NAICS code 541990, which encompasses all other professional, scientific, and technical services. The selected contractor will play a crucial role in ensuring the quality and safety of medical, dental, and veterinary equipment and supplies, which is vital for maintaining health standards within military facilities. Proposals are due by 2:00 PM Eastern Daylight Time on December 18, 2025, and must be submitted via email to the designated contacts, Justin Balster and Jason Holck, who will confirm receipt of all submissions.
    Head Impact Mouthguard Monitor
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the procurement of a Head Impact Mouthguard Monitoring System (IMM) to support the Medical Command (MEDCOM). The IMM is a custom-fit, instrumented mouthguard designed to measure head impact events in both impact sports and military training environments, utilizing accelerometers and angular rate sensors to capture head acceleration data. This procurement is critical for enhancing safety and monitoring in high-impact scenarios, and interested vendors must respond to the Request for Information (RFI) by December 18, 2025, at 12:00 PM Central Time, providing details on their capabilities, product specifications, and pricing. For further inquiries, vendors can contact Quina Garrett at quina.s.garrett.civ@health.mil or Walter Epps at walter.o.epps.civ@health.mil.
    Hearing Aid Manufacturer
    Health And Human Services, Department Of
    The Indian Health Service (IHS) is seeking Indian Small Business Economic Enterprises (ISBEEs) capable of manufacturing programmable hearing aids and related accessories, including wireless systems and chargers. The procurement emphasizes the need for manufacturers, not resellers, and specifies that the hearing aids must include features such as 16 or more channels, adaptive directional microphones, noise reduction capabilities, and wireless programmability, among other technical performance standards. This initiative is part of the Buy Indian Act, aiming to support Indian Economic Enterprises in providing essential medical devices for individuals with varying degrees of hearing loss. Interested parties must submit a capability statement, the Buy Indian Act Indian Economic Enterprise Representation Form, and company information by January 5, 2023, at 2:00 PM PST, with submissions limited to five pages and directed to the specified Contract Specialist, Edson Yellowfish, at Edson.Yellowfish@ihs.gov.
    59--HEADSET,ELECTRICAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electrical headsets, specifically NSN 5965015233153, with a total quantity of 1,121 units required for delivery within 246 days after order placement. This procurement is critical for ensuring reliable communication equipment for military operations, and the contract may result in an Indefinite Delivery Contract (IDC) with a one-year term or until the total order value reaches $350,000, with an estimated eight orders per year and a guaranteed minimum quantity of 168 units. Interested vendors, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSBC), must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    59--HEADSET,ELECTRICAL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of electrical headsets, specifically NSN 5965017294150, with an initial quantity of 114 units. This procurement may lead to an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000, with an estimated 12 orders per year and a guaranteed minimum of 17 units. These headsets are crucial for various military applications, ensuring effective communication in both CONUS and OCONUS environments. Interested vendors must submit their quotes electronically, and for any inquiries, they can contact the DLA at DibbsBSM@dla.mil.
    59--HEADSET-MICROPHONE
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 92 headset microphones under solicitation number NSN 5965014390793. This procurement aims to establish an Indefinite Delivery Contract (IDC) for audio and video equipment, with a guaranteed minimum quantity of 13 units and an estimated total order value of $350,000 over the contract's term of one year. These headset microphones are critical for various military applications, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
    Office of Small Business Programs Support Services - Amend 7
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals from qualified Women-Owned Small Businesses (WOSB) for the Office of Small Business Programs Support Services. The contract aims to provide comprehensive operational and management support, including business execution, strategic communication, and mentor-protégé program support, with a total award amount of up to $24,500,000. The performance period is set to begin in January 2026, lasting for one base year with four additional option years extending through January 2031. Interested parties must submit their proposals by December 19, 2025, and can direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil or Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    59--SONAR HEADSET
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 49 SONAR HEADSETS under solicitation number NSN 5965015869391. This procurement aims to establish an Indefinite Delivery Contract (IDC) for a term of one year, with a guaranteed minimum quantity of 7 units and an estimated total order value of $350,000, which will be fulfilled through various DLA depots both within the continental United States (CONUS) and outside (OCONUS). The SONAR HEADSETS are critical components for military operations, ensuring effective communication and operational efficiency in various defense applications. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    The Medical Readiness Contracting Office West (MRCO -W) is issuing this Sources Sought for a cost-per-reportable-result agreement to conduct hematology testing for the CBC, Reticulocyte counts, and Body Fluid Count in support of the BAMC.
    Dept Of Defense
    The Department of Defense, through the Medical Readiness Contracting Office West (MRCO-W), is seeking sources for a cost-per-reportable-result agreement to conduct hematology testing, including CBC, Reticulocyte counts, and Body Fluid Counts, in support of the Brooke Army Medical Center (BAMC) in Fort Sam Houston, Texas. The procurement aims to provide fully automated hematology analyzers and associated reagents, consumables, and quality control materials to meet the laboratory's operational needs, with an annual testing volume of approximately 194,981 tests across various locations. This opportunity is critical for maintaining the laboratory's capacity to deliver timely and accurate hematological analyses, ensuring high-quality patient care. Interested vendors must submit their responses by 1:00 PM CST on December 29, 2025, and can direct inquiries to Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil.