BATTERIES (HEARING AIDS AND OTHER ASSOCIATED DEVICES)
ID: 36C79125R0003Type: Solicitation
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OFCOMMODITIES & SERVICES ACQUISITION SERVICE (36C791)DENVER, CO, 80225, USA

NAICS

Battery Manufacturing (335910)

PSC

BATTERIES, NONRECHARGEABLE (6135)
Timeline
    Description

    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of various types of batteries, specifically for use in hearing aids and other medical devices, under solicitation number 36C79125R0003. The VA aims to secure a reliable supply of batteries through firm-fixed price, indefinite delivery/indefinite quantity contracts, ensuring that eligible Veterans have access to necessary medical devices and telehealth accessories. This procurement is critical for maintaining the operational effectiveness of medical devices used by Veterans, with an estimated total contract value of $175,750,000 over the base year and four option years. Interested offerors must submit their proposals, including completed pricing sheets and samples, by May 16, 2025, and direct any inquiries to the primary contact, John Overstake, at john.overstake@va.gov or 720-497-2304.

    Files
    Title
    Posted
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for the procurement of various battery types needed to power medical devices for eligible veterans. The primary aim is to ensure a reliable supply of batteries to maintain the distribution operations of the VA's national distribution center. The solicitation seeks to award one or more firm-fixed price (FFP) contracts over a base period of one year, with up to four optional renewal periods. Key points include the requirement for vendors to meet specific technical standards, including third-party testing certifications and compliance with federal packaging guidelines. The RFP specifies that contract evaluations will focus on both price and the ability to meet technical requirements, with awards based on Lowest Price Technically Acceptable (LPTA) criteria. Additionally, the document details the ordering and delivery procedures, emphasizing electronic invoicing and compliance with regulations governing contract administration. The anticipated total contract value can reach up to $72 million, ensuring that the VA can effectively support the battery needs of eligible veterans. The RFP underscores the government’s commitment to providing quality medical care through essential supplies for assistive devices.
    The document outlines a Request for Proposal (RFP) issued by the Department of Veterans Affairs (VA) for the procurement of batteries to support various medical devices at VA facilities and for eligible Veterans. The RFP includes specifications for various types of batteries, such as alkaline and nickel metal hydride, with detailed requirements for packaging, delivery, and invoicing procedures. The contract anticipates the award of one or more firm-fixed price, indefinite delivery/indefinite quantity contracts for a base year and four option years, aimed at ensuring continuous supply and distribution without interruption. All proposed offers must conform to stringent technical and safety standards, including third-party testing and materials safety data sheets (MSDS). The solicitation encourages competition by remaining unrestricted and includes criteria for evaluating offers based on price and technical compliance. Invoices will be processed electronically, and the document specifies conditions related to order delivery and minimum purchasing agreements. This RFP illustrates the VA’s commitment to providing necessary medical supplies while adhering to federal procurement regulations. The goal is to maintain an uninterrupted supply chain that meets the growing demand for medical devices used by Veterans.
    This government file is an amendment to a solicitation issued by the Department of Veterans Affairs. The purpose of Amendment 0001 is to modify the original solicitation by integrating FAR Provision 52.225-6, which pertains to the Trade Agreements Certificate, as a full text requirement rather than just a reference. This change necessitates that offerors proposing products from specified countries complete and submit the Trade Agreements Certificate with their offers. The document stresses the importance of acknowledging this amendment by the deadline set for the receipt of offers to avoid rejection. Overall, the document outlines procedural expectations for contractors engaging with federal solicitations, particularly as they relate to compliance with trade laws and regulations.
    The document is a solicitation for proposals (RFP) detailing pricing information for various battery types over a multi-year span. It specifies quantities and estimated prices for each battery model, categorized into base and option years. The procurement includes a variety of battery types (e.g., alkaline, NIMH) and outlines unit prices across four option years, indicating a significant total estimated cost of $175,750,000 for the duration of the contract. Each quantity is stated to be quoted as an "Each," highlighting the need for precise pricing in federal and state/local procurement practices. This RFP serves as a reference for potential suppliers to submit proposals that meet specification requirements while emphasizing a structured approach to service delivery within a government framework. It aims to gather competitive bids for the supply of batteries, ensuring the federal government can obtain products at the best possible price over an extended period.
    The solicitation 36C79125R0003 pertains to the procurement of batteries for hearing aids and other medical devices through unrestricted competition. It includes a request for proposals (RFP) from suppliers for eight specific battery types, excluding certain sizes like the ZA675MF, which are subject to statutory sourcing requirements. Manufacturers must comply with the Trade Agreements Act (TAA), prohibiting the procurement of Chinese-manufactured products. The document outlines the estimated quantities for each battery type, detailing the government's expectation for competitive bids and confirming two expected awards for specific categories. It also addresses inquiries regarding the nature of competition, clarification on sourcing obligations, and mentions the non-inclusion of an Economic Price Adjustment clause in contracts. The government shows confidence in receiving multiple competitive responses from compliant suppliers while emphasizing adherence to procurement regulations. This procurement aims to support the consistent supply of batteries to VA facilities and eligible veterans, demonstrating a commitment to secure necessary medical supplies through structured contracting processes.
    The document outlines the solicitation (36C79125R0003) for batteries, specifically for hearing aids and medical devices, as part of the U.S. Department of Veterans Affairs (VA) procurement strategy. The RFP seeks proposals for eight battery types from a broader collection of twenty-five, adopting an unrestricted competition format to foster participation from various suppliers. Key stipulations include the prohibition of products manufactured in China due to compliance with the Trade Agreements Act (TAA), which dictates eligible sourcing countries. Consequently, only products from the U.S., Germany, and the UK are acceptable. The document addresses queries from potential contractors regarding product specifications, expected quantities, and manufacturing sources, emphasizing market research and the absence of a necessary small business waiver. Concerns were raised about the impact of tariffs, limiting small business participation, and the decision not to include an Economic Price Adjustment clause. Overall, the solicitation aims to ensure quality battery supply while navigating regulatory compliance and promoting competitive procurement.
    The solicitation 36C79125R0003, initiated by the VA, seeks proposals for the procurement of batteries for hearing aids and other medical devices under an unrestricted competition framework. Interested parties can submit proposals until May 16, 2025. The document addresses various inquiries, including confirmation that existing stock can satisfy sample requirements, the omission of specific battery size due to regulatory obligations, and restrictions on sourcing products manufactured in China under the Trade Agreements Act (TAA). The RFP details estimated annual quantities for eight out of twenty-five battery types, with historical data guiding these projections. While the government aims to secure two awardees for specific batteries, there are no plans for an exemption from TAA compliance, emphasizing a commitment to utilizing products from designated TAA-compliant countries. Concerns raised by stakeholders include potential limitations on small business participation, economic price adjustments, and the impact of tariffs on pricing. The document confirms ongoing support for eligible small businesses and outlines conditions under which delivery orders will be distributed among contractors. Additionally, it clarifies that certain battery types are excluded from the current solicitation due to regulatory sourcing mandates. Overall, the solicitation illustrates the VA's strategy to maintain competitive sourcing while adhering to federal regulations for battery procurement.
    The government file outlines the solicitation for batteries used in hearing aids and other medical devices under solicitation number 36C79125R0003, categorized as an unrestricted competition. It includes a Q&A section addressing inquiries from potential bidders between April 17, 2025, and May 16, 2025. Key points include the inability to disclose previous bid results but confirmation that the listed battery models in the RFP reflect current needs. Non-incumbent offerors must submit samples by the bid due date of May 16, 2025, at 4:00 PM CT. The pricing must be for individual battery cells, and packaging guidelines are provided, emphasizing commercial standards, environmentally friendly materials, and compliance with federal regulations, notably Reese’s Law. Batteries can be packaged together under specific conditions, but each package must contain traceable UPC codes, and cross-marketing content is prohibited. Overall, the document serves as a guideline for potential suppliers to understand submission requirements and packaging standards for the procurement of batteries necessary for veteran healthcare services, ensuring compliance with federal policies and quality standards.
    Similar Opportunities
    6505--Carbidopa Levodopa Immediate Release (IR) Tablets
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Carbidopa Levodopa Immediate Release (IR) Tablets, aimed at ensuring a reliable supply for various federal health care entities, including the VA, Department of Defense (DoD), and Bureau of Prisons (BOP). The procurement will involve awarding a single contract for an initial one-year period, with the possibility of four additional one-year option periods, to maintain an uninterrupted supply of these essential medications. The estimated annual requirements detail various dosages and package sizes, with total usage ranging from 2,008 to 118,764 bottles depending on the item. The solicitation is expected to be released around December 18, 2025, with a closing date of January 8, 2026; interested parties should direct inquiries to Ray Roldan at Raymond.Roldan@va.gov or call 708-786-4930.
    6525--SEP 2025 Equipment Only Consolidation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the "SEP 2025 Equipment Only Consolidation" contract, specifically aimed at procuring medical imaging equipment and related services. This procurement encompasses a variety of medical devices, including but not limited to MRI systems, ultrasound units, and radiographic equipment, which are essential for enhancing diagnostic capabilities and improving healthcare delivery to veterans. The contract is unrestricted, with a due date for offers set for January 14, 2026, at 11:59 PM CST, and interested vendors can direct inquiries to Contracting Officer Teresa Rogofsky at teresa.rogofsky@va.gov. The solicitation includes detailed specifications and requirements, emphasizing compliance with security standards and the need for comprehensive training and support services.
    6515--740-VCB-PROSTHETICS-F (VA-26-00028279 740-26-1-912-0003 Oxygen equipment VMOC INVENTORY
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking quotations for oxygen equipment under solicitation number 36C25726Q0166, specifically targeting certified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs). The procurement includes various oxygen equipment such as Oxlife INDEPENDENCE batteries, POC FreeStyle Comfort systems, and 5 Liter Compact Oxygen Concentrators, which are essential for providing medical support to veterans. Quotes are due by December 19, 2025, at 1:00 PM CST, and interested vendors should ensure compliance with Federal Acquisition Regulation (FAR) and VA Acquisition Regulation (VAAR) clauses, including limitations on subcontracting and manufacturing requirements. For further inquiries, interested parties may contact Contract Specialist Damon J Crawford at Damon.Crawford@va.gov.
    6515--Clitoral Therapy Device (CTD) (VA-24-00037945)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is soliciting proposals for the procurement of Clitoral Therapy Devices (CTD) and associated accessories under solicitation number 36C10G26Q0004. The objective of this procurement is to standardize products and reduce costs within the Veterans Health Administration (VHA), requiring FDA-approved devices that meet specific technical specifications, including removable cups, extension tubing, and a one-year warranty. These devices are critical for providing therapeutic support to veterans, ensuring they receive necessary medical care. Interested vendors should contact Contract Specialist Jessica L. Abrams at Jessica.Abrams@va.gov for further details, with proposals due by the specified deadline. The contract will be structured as an indefinite-quantity contract with a one-year base period and four one-year options, and contractors will be required to submit quarterly sales reports and pay a Service Level Agreement (SLA) fee.
    6515--NX EQ remOVE DC Impulse Generator (VA-26-00004179)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for the procurement of NX EQ remOVE DC Impulse Generators, a specialized medical device used in endoscopic procedures at VA Medical Centers nationwide. This solicitation, identified as 36C10G25Q0112, aims to acquire FDA-certified equipment essential for fragmenting specific endoscopic clips within the digestive tract, with a contract structure that includes a 12-month base year and four optional renewal years. Interested vendors must ensure compliance with various requirements, including a 3% Service Level Agreement fee, and must submit their proposals by the extended deadline of December 19, 2025, at 11:59 PM ET. For further inquiries, potential offerors can contact Contract Specialist Daleta Coles at Daleta.Coles@va.gov.
    Radiology & Imaging FY2025 Solicitation
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is issuing a Request for Proposal (RFP) for the procurement of Radiology Imaging Systems and Accessories, under solicitation number 36H79725R0003. This opportunity encompasses a five-year base period with an option for an additional five years, aiming to establish multiple Indefinite Delivery/Indefinite Quantity (IDIQ) contracts valued at approximately $6.5 billion over ten years, supporting both the VA and the Department of Defense. The solicitation includes detailed requirements for imaging modalities, compliance with DICOM standards, and contractor responsibilities for training and product support, with proposals due by February 3, 2026. Interested vendors should direct inquiries to LaTonya Whiteside at LaTonya.Whiteside@va.gov by December 18, 2025, to ensure clarity in their submissions.
    W065--VISN10 Home 02 Services (IN & MI)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking proposals for Home Oxygen Services under solicitation number 36C25025R0061, specifically targeting facilities in Indiana and Michigan. The procurement aims to provide comprehensive home oxygen and ventilation services, including the rental and supply of various oxygen equipment and related medical devices for an estimated 5,000 beneficiaries across multiple VA Medical Centers. This contract, valued at up to $45 million, is set aside for Service-Disabled Veteran-Owned Small Businesses and emphasizes adherence to Joint Commission standards, patient education, and timely service delivery. Interested parties must submit their proposals by December 19, 2025, and can contact Contract Specialist Kristina L. Peart at kristina.peart@va.gov for further information.
    Brand Name Aurical FreeFit Probe Microphone Measurement Devices and Accessories
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Network Contracting Office 4, is seeking proposals for the procurement of eleven Aurical FreeFit Probe Microphone Measurement Devices and Accessories, with a focus on supporting the Audiology department at the Lebanon VA Medical Center and Cumberland VA Community Clinic. This acquisition is exclusively set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB) under NAICS code 334510, emphasizing the importance of providing high-quality medical instruments for audiological assessments. Interested vendors must submit their quotes by December 15, 2025, at 4:00 PM EST, via email to Alexandra Stankovic at alexandra.stankovic@va.gov, including required documentation such as a completed SF1449, pricing, an OEM authorization letter, and a product brochure. The government intends to award a one-time Firm Fixed Price contract based on the lowest price technically acceptable evaluation criteria.
    J061--UPS IT Battery Maintenance Services
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified contractors to provide UPS IT Battery Maintenance Services under solicitation number 36C25626Q0210. The contract encompasses preventive maintenance and emergency services for UPS systems located in Biloxi, MS, and Pensacola, FL, including 24/7 emergency support with a four-hour response time, labor, travel, and two annual preventative maintenance inspections. This service is critical for ensuring the reliability and functionality of IT infrastructure, which supports the operations of the Veterans Health Care System. Interested parties must submit their offers by December 19, 2025, at 10:00 AM CST, and can direct inquiries to Contract Supervisor John L. Walker at John.Walker15@va.gov or Rene' Impey at rene.impey@va.gov.
    6505--Nicotine Lozenges MINI (VA-26-00020754)
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is preparing to issue a Request for Proposal (RFP) for the procurement of Nicotine Mini Lozenges, specifically under solicitation number 36E79726R0007. This contract aims to ensure an uninterrupted supply of nicotine lozenges for the VA, Department of Defense (DOD), Bureau of Prisons (BOP), and Indian Health Service (IHS), with a contract duration of one year and four optional one-year extensions. The estimated annual requirements include 166,791 bottles of 2mg lozenges and 138,276 bottles of 4mg lozenges, which will be distributed through the VA and DOD Pharmaceutical Prime Vendor Programs. Interested offerors should note that the solicitation will be electronically issued around December 18, 2025, with a tentative closing date of January 1, 2026, and can direct inquiries to Billy Fong at billy.fong@va.gov or by phone at 708-786-4992.