MSU Hearing Tests 2025
ID: W912EE25QA005Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW07V ENDIST VICKSBURGVICKSBURG, MS, 39183-3435, USA

NAICS

All Other Miscellaneous Ambulatory Health Care Services (621999)

PSC

MEDICAL- OTHER (Q999)

Set Aside

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

    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking a qualified contractor to provide mobile audiology services for hearing tests for up to 250 employees during the 2025 Mat Sinking season. The contractor will be responsible for conducting two rounds of hearing tests, with the first scheduled for late August and the second at the end of October, at flexible locations between Vicksburg, MS, and Venice, LA. This initiative is crucial for ensuring employee health and safety, as it involves compliance with specific regulations, maintaining confidentiality of medical records, and adapting to potential schedule changes. Interested parties should contact Judy M. Huell at Judy.M.Huell@usace.army.mil or Dustin G. Cannada at dustin.g.cannada@usace.army.mil for further details, with all testing required to be completed by January 31, 2026.

    Files
    Title
    Posted
    The Mat Sinking Unit of the Corps of Engineers seeks a Mobile Audiology contractor to perform hearing tests for up to 250 employees at two points during the 2025 Mat Sinking season. The first tests will occur at the season's start, likely around late August in a flexible location between Vicksburg, MS, and Venice, LA. The second round will be conducted at the end of the season in October. Requirements include hiring certified technicians, providing a mobile testing unit capable of accommodating at least eight people at a time for up to ten hours a day, and ensuring compliance with specific regulations. Test results must be recorded on appropriate government forms, from which the contractor must analyze any threshold shifts in hearing capability. The contractor must have the ability to adapt to schedule changes on short notice, provide adequate generator power for testing, and maintain strict confidentiality of medical records in line with the Privacy Act. All contractual obligations, including security and personnel training, must be met by the contractor. Completion of all testing is required by January 31, 2026, reflecting the project’s commitment to employee health and safety amid operational demands.
    This document outlines critical instructions and requirements for contractors associated with the U.S. Army Corps of Engineers contracts. Key topics include the authority to modify contracts, the necessity of registering electronic funds transfer information in the System for Award Management (SAM), and the promotion of veterans' employment under these contracts. It emphasizes compliance with limitations on subcontracting, detailing conditions based on the type of services (e.g., supplies or construction) and requiring reporting on subcontractor use. Special contract requirements are noted, especially regarding a 2 percent federal excise tax applicable to foreign contractors, necessitating IRS Form W-14 for exemptions. The period of performance concludes by January 31, 2026, and invoice submission guidelines are provided for timely payment. Contact information for government representatives is also included for contractor communication. This document serves to ensure clarity and compliance with federal contracting regulations while promoting veteran employment and efficient payment processes.
    This document outlines the provision related to the 2 percent tax on certain foreign procurements under U.S. federal contracts. It defines key terms such as "foreign person" and "United States person" and specifies the conditions under which the tax applies, primarily targeting payments made to foreign contracting parties for goods and services not produced in countries that have an international procurement agreement with the U.S. The document requires the Offeror to indicate their status as a foreign or U.S. person, and if claiming an exemption from withholding, to submit IRS Form W-14. If this form is not submitted, a full tax withholding will apply. Additionally, any disputes regarding the tax are to be addressed through the IRS. This provision is crucial for compliance within government contracts, ensuring clarity on tax obligations related to foreign entities participating in U.S. procurement processes.
    Lifecycle
    Title
    Type
    MSU Hearing Tests 2025
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    Eckel CL-MD-DW LP2 PR - Custom 8-Man Audiometric (Hearing) Booth - (Brand Name or Equal), Fort Sill
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the procurement and installation of a Custom 8-Man Audiometric Hearing Booth at the Reynolds Army Health Center (RAHC) in Fort Sill, Oklahoma. This contract, designated as a Total Small Business Set-Aside, aims to enhance audiometric testing capabilities while adhering to national standards for audiometric testing environments. The contractor will be responsible for delivering and installing the booth, ensuring compliance with all applicable regulations, and must complete the installation by April 2, 2025. Interested vendors should contact Perry J. Cannon at perry.j.cannon.civ@health.mil for further details regarding the solicitation.
    Brand name Interacoustics Eclipse EP25 audiometer and laptop, mobile cart, and peripheral supplies
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to procure a brand name Interacoustics Eclipse EP25 audiometer along with a laptop, mobile cart, and peripheral supplies for use at the Navajo Area Indian Health Service in Chinle, Arizona. This procurement aims to enhance audiometric testing capabilities, which are crucial for diagnosing and managing hearing-related health issues within the community. The opportunity is categorized under the NAICS code 334510, focusing on electromedical and electrotherapeutic apparatus manufacturing, and is classified under PSC code 6515 for medical and surgical instruments, equipment, and supplies. Interested vendors can reach out to Dallas Begay at dallas.begay@ihs.gov or call 928-871-1433 for further details regarding this presolicitation opportunity.
    J065--AUDIOLOGY BOOTH FOR BALTIMORE VAMC "BRAND NAME OR EQUAL TO ECKEL IAW SOW". MUST PROVIDE OEM AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER.
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide and install an audiology booth at the Baltimore Veterans Affairs Medical Center (VAMC), specifically a model equivalent to Eckel Noise Control Technologies. The procurement aims to enhance auditory screening capabilities by acquiring a soundproof, double-wall exam suite that meets specific acoustic and accessibility requirements, including an independent ventilation system and wheelchair accessibility features. This initiative is crucial for ensuring accurate hearing assessments in a medically sound environment, reflecting the VA's commitment to quality patient care. Interested vendors must submit proposals that include an OEM authorized distributor letter if they are not the manufacturer, with a delivery timeline of 90 days post-award. For further inquiries, contact Contract Specialist Mohsin Abbas at Mohsin.Abbas2@va.gov or by phone at 202-745-8000 x54945.
    SURTASS-E Long Term
    Buyer not available
    The Department of Defense, specifically the Military Sealift Command (MSC) Norfolk, is seeking information through a sources sought notice (N32205-SS-25-037) to evaluate the feasibility of chartering a vessel capable of towing a passive acoustic monitoring system for U.S. Navy operations. Interested vendors are required to provide details about a U.S. or foreign-flagged vessel that can operate globally, maintain consistent towing speeds of 4-6 knots for up to 60 days, and ensure heading stability, along with information on vessel classification, readiness timeline post-award, personnel accommodations, and associated costs. This procurement is crucial for supporting military operations and ensuring compliance with security and safety regulations, with a period of performance set for 334 days starting from March 31, 2025. Vendors must submit their detailed responses by February 27, 2025, and can direct inquiries to Reah Norris at reah.d.norris.civ@us.navy.mil or Stephanie Ricker at stephanie.ricker.civ@us.navy.mil.
    RSM RIVER MECHANICS PODCAST EDITING
    Buyer not available
    The Department of Defense, specifically the U.S. Army Corps of Engineers, is seeking proposals for podcast editing services for the RSM River Mechanics Podcast, which aims to enhance the quality of audio recordings featuring expert interviews in river mechanics and sediment transport. The primary objective is to provide professional editing that improves audio clarity and listener engagement, focusing on the removal of filler words, speech errors, and balancing audio from multiple speakers across a minimum of four mandatory episodes and up to five optional episodes. This initiative is crucial for effectively communicating expert knowledge and insights to the community, thereby facilitating better understanding of water resource management. Interested small businesses must submit their proposals electronically, adhering to the guidelines outlined in the performance work statement, with a contract period of 60 days post-award. For further inquiries, potential offerors can contact Helen Jacobson at Helen.Jacobson@usace.army.mil or David A. Kaplan at david.a.kaplan@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 1-2025 (OM25001)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract Nos. 1-2025, which involves providing a fully crewed and equipped self-propelled trailing suction type hopper dredge for work primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging project is crucial for maintaining navigable waterways and ensuring the efficient transport of goods, with a construction magnitude estimated between $10 million and $25 million. The solicitation is expected to be issued around December 9, 2024, and interested vendors are encouraged to register as Interested Vendors on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contractors can contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 10-2025 (OM25010)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 10-2025 (OM25010). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge to perform dredging work primarily in the Southwest Pass of the Mississippi River, with potential operations extending to other areas within the New Orleans, Galveston, and Mobile Districts. This dredging service is crucial for maintaining navigable waterways, ensuring safe passage for maritime traffic, and supporting regional economic activities. The estimated contract value ranges from $10 million to $25 million, with the solicitation expected to be issued around December 9, 2024. Interested vendors should register on beta.SAM.gov and ensure they are registered with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or via email at Cori.A.Caimi@usace.army.mil, or Bambi Raja at 504-862-1499 or Bambi.L.Raja@usace.army.mil.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007)
    Buyer not available
    The Department of Defense, specifically the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 7-2025 (OM25007). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge, with work expected to be performed primarily in the Mississippi River Southwest Pass and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging operation is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. Interested vendors should prepare for the solicitation, which is anticipated to be issued around December 9, 2024, and are encouraged to register as Interested Vendors on beta.SAM.gov. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 9-2025 (OM25009)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract Nos. 9-2025 (OM25009). The project requires the provision of a fully crewed and equipped self-propelled trailing suction type hopper dredge, with work primarily taking place in the Southwest Pass of the Mississippi River and potentially in other areas within the New Orleans, Galveston, and Mobile Districts. This dredging operation is crucial for maintaining navigable waterways, with a contract value estimated between $10 million and $25 million. Interested vendors should prepare for the solicitation, which is expected to be issued around December 9, 2024, and must register with the System for Award Management (SAM) to be eligible for contract awards. For further inquiries, contact Cori A. Caimi at 504-862-1352 or Bambi Raja at 504-862-1499.
    Mississippi River, Baton Rouge to Gulf of Mexico, Southwest Pass Hopper Dredge Contract No. 2-2025 (OM25002)
    Buyer not available
    The Department of Defense, through the Army Corps of Engineers, is seeking contractors for the Southwest Pass Hopper Dredge Contract No. 2-2025, which involves dredging operations from Baton Rouge to the Gulf of Mexico. The primary objective of this procurement is to enhance navigational channels by constructing dredging facilities, which are crucial for maintaining the shipping routes in this vital waterway. This contract is significant for ensuring the efficient movement of goods and services through one of the busiest ports in the United States. Interested contractors can reach out to Cori A. Caimi at Cori.A.Caimi@usace.army.mil or by phone at 504-862-1352 for further details, while Bambi Raja is also available at Bambi.L.Raja@usace.army.mil or 504-862-1499 for additional inquiries.