6515--Audiology Equip Services
ID: 36C25625Q1002Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF256-NETWORK CONTRACT OFFICE 16 (36C256)RIDGELAND, MS, 39157, USA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

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

Set Aside

Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide audiology equipment services under a federal contract. The procurement aims to ensure the maintenance and repair of medical, dental, and veterinary equipment, specifically focusing on electronic and precision equipment repair and maintenance. These services are crucial for maintaining the functionality and reliability of audiology equipment used in veteran healthcare facilities. Interested parties can reach out to Contracting Specialist Angela Kennedy at angela.kennedy2@va.gov or by phone at (484) 788-1632 for further details regarding the opportunity.

    Point(s) of Contact
    Angela KennedyContracting Specialist
    (484) 788-1632
    angela.kennedy2@va.gov
    Files
    Title
    Posted
    The Department of Veterans Affairs (VA) is soliciting proposals for Audiology Equipment Services through a contract that targets service-disabled veteran-owned small businesses (SDVOSBs). The solicitation includes a range of services necessary for maintaining audiology equipment utilized by the Gulf Coast Veterans Healthcare System to support veteran care. The main objective is to establish a full-service maintenance agreement covering preventative maintenance, compliance with federal standards, and the provision of manufacturer-trained technicians. The contract will span from October 1, 2025, to September 30, 2026, with options for up to four additional years, totaling a potential contract value of $34 million. Offer submissions are expected by July 1, 2025, and respondents must adhere to specific instructions outlined in the solicitation. Amplifying the precision of service delivery, the document coordinates extensive guidelines pertaining to performance standards, invoicing protocols, and required training for personnel. This bid illustrates the government’s commitment to enhancing the operational capabilities of audiology services for veterans, alongside ensuring compliance with regulations and enhancing care quality.
    The Department of Veterans Affairs (VA) is issuing a Sources Sought Notice to gather market research for Audiology Equipment Services, specifically targeting Service-Disabled Veteran Owned Small Businesses (SDVOSBC). The VA requires a full-service plan for audiology equipment, including preventative maintenance, performed by manufacturer-trained technicians. Responses must include a Unique Entity Identification (UEI) number, capabilities statements, and relevant qualifications. Services will be executed primarily at the Biloxi VA Medical Center and associated clinics in Florida and Alabama. The objective is to ensure compliance with equipment maintenance standards, safety regulations, and manufacturer recommendations. This notice is not a solicitation for proposals or contracts but aims to assess the capabilities of potential service providers for future contracting opportunities. Interested businesses must be registered and verified in relevant systems to be considered.
    This document serves as an amendment to Solicitation 36C25625Q1002 issued by the Department of Veterans Affairs for Audiology Equipment Services. The amendment aims to address inquiries from potential bidders regarding the solicitation. Notably, it clarifies that the current project is a recompete, replacing an incumbent contract previously held by Petrehn for Audiometric Services (Contract number 36C25620P1228) and outlines similar services procured from suppliers such as Natus Medical Inc. and E3 Diagnostics in the past. The amendment stresses the importance of acknowledgment from bidders regarding this update by the specified deadline, which is critical to ensure their offers are considered valid. Furthermore, it sets forth the procedural requirements for bidders to confirm receipt of this amendment. Overall, the document reflects standard practices in federal procurement and contract modification, ensuring transparency and communication with potential contractors in the healthcare sector.
    The document outlines a structure for past performance references required in response to federal Requests for Proposals (RFPs). It specifically includes sections where contractors must provide details about their previous work with federal, state, or local entities. Each reference requires the contracting activity's name, location, contract number, a point of contact with their telephone number, contract dollar amount, and a brief description of the services rendered. This format emphasizes the importance of showcasing past performance as a critical factor in evaluating proposals and ensuring the contractor's qualifications and reliability in delivering similar services. The consistency in information collection aims to facilitate a comprehensive evaluation process during the RFP review.
    The Past Performance Questionnaire (PPQ) for the contract 36C256-21-U-0019 is designed to assess the performance of contractors. It requires detailed contractor information, including name, address, and contact details, along with specific contract data such as contract number, type, award date, period of performance, total dollar amount, and a brief description of the services provided. Respondents are guided to evaluate the contractor based on predetermined criteria across various categories: quality of service, timeliness of performance, business relations, and management of key personnel. Each category includes specific questions scoring from "Outstanding" to "Unsatisfactory," allowing for a comprehensive review of contractor performance. The questionnaire also encourages handwritten remarks to provide additional context and insights. Responses must be submitted to the Gulf Coast Veterans Health Care System by a specified deadline. This document is crucial for determining contractor capability and reliability in fulfilling government contracts, reflecting a systematic approach to evaluating past performance, which is vital in the context of federal and state RFP processes.
    The document appears to contain a disorganized collection of data likely related to federal grants and Requests for Proposals (RFPs), but much of it is garbled or corrupted text. It ostensibly details the focus on funding opportunities available to local and state governments for various projects, emphasizing the significance of compliance with regulations and best practices. Key areas of interest include the requirements for submitting proposals, guidelines for grant eligibility, and the implementation of project plans. Specific concerns raised indicate the need for thorough assessments and reports to meet federal standards, particularly in environmental management and economic development initiatives. Despite the heavy fragmentation, it suggests the importance of transparency, safety, and adherence to outlined protocols in order to secure funding and facilitate projects that serve community needs. The context centers on ensuring that the facilitators of such projects remain accountable and follow specified frameworks provided by the federal government. This summary aims to distill the essence of a document that, through its intended structure and content, serves as a guide for funding opportunities while enforcing compliance and regulatory measures necessary for effective project management within the public sector.
    The Gulf Coast Veterans Health Care System (GCVHCS) has developed a Quality Assurance Surveillance Plan (QASP) as part of its commitment to monitor and evaluate contractor performance based on the "SOW_AudiologyFY26". The QASP outlines systematic methods for assessing whether contractors meet specified performance standards, emphasizing outcomes rather than compliance with processes. It assigns distinct roles to the Contracting Officer (CO) and the Contracting Officer Representative (COR), ensuring proper oversight and documentation of contractor performance through established metrics and quality control mechanisms. The QASP facilitates ongoing performance management by requiring contractors to implement a quality control (QC) program and submit reports for government review. The government will utilize various surveillance techniques, such as 100% inspections and customer feedback, to ensure contractors meet acceptable quality levels, particularly in critical tasks requiring 100% compliance. The document includes performance monitoring methods, the process for handling customer complaints, and a structured feedback loop for performance assessments. Ultimately, this QASP serves to optimize contractor accountability while ensuring that the contractor's responsibilities align with the GCVHCS's quality objectives and veteran care standards.
    The document details an inventory of audiometric equipment and related devices managed by a government agency. Each entry includes key information such as asset identification, manufacturer, model, serial number, operational status, location, and whether a service contract is in place. The list features various types of equipment including audiometers, hearing aid analyzers, and middle ear analyzers, indicating their operational status as predominantly "operating." Notably, all items are categorized within specific units of responsible accountability. This inventory serves as a resource for managing healthcare equipment within federal and state health programs, showcasing the government’s commitment to maintaining and upgrading audiometric technology for improved auditory health services. Proper documentation and asset tracking are essential to ensuring compliance with federal guidelines and optimizing service delivery to meet community needs.
    Lifecycle
    Title
    Type
    Similar Opportunities
    J065-- Service Contract for Bruker
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking a service contract for Bruker equipment, specifically through a sole source justification. This procurement aims to secure maintenance and repair services for government-owned medical, dental, and veterinary equipment, ensuring operational efficiency and compliance with health standards. The contract is critical for maintaining the functionality of specialized equipment used in veteran care. Interested parties can reach out to Contract Specialist Lesley Kitchen at lesley.kitchen@va.gov or by phone at 972-708-0818 for further details regarding this opportunity.
    J065--Audiology Calibration SOURCES SOUGHT For Louis Stoke Cleveland VA Medical Center
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is conducting market research through a Sources Sought Notice for an Audiology Calibration Agreement at the Louis Stokes Cleveland VA Medical Center and its associated Community Out-based Clinics (CBOCs). The VA seeks sources capable of providing yearly calibration services for audiology equipment in compliance with ANSI and OSHA standards, as well as JACHO and hospital policies, ensuring that all equipment functions according to manufacturer specifications. Interested contractors must submit their company information, business size, SAM.gov UEI number, FSS contract status, VetCert registration, and technical capabilities by December 22, 2025, to the primary contact, Sara Wood, at sara.wood1@va.gov. The anticipated contract will be a Firm-Fixed-Price agreement under NAICS Code 811210, with all services requiring the use of OEM parts and on-site calibration performed by a NASED Technician.
    J066--Audiology Calibration Service - LLVAHCS
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Loma Linda VA Healthcare System, is seeking qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB) to provide on-site Audiology Calibration Services twice a year. This Sources Sought Notice is intended for market research to identify potential contractors capable of fulfilling this requirement, with no government equipment to be utilized by the contractor. Interested businesses must submit a capability statement along with their Unique Entity ID, Cage Code, Tax ID, and business type by December 19, 2025, at 15:00 Mountain Time to Mirna Gastelum Romero at Mirna.GastelumRomero@va.gov. All offerors must be registered in the System for Award Management (SAM) and, if applicable, VetCert certified by the SBA, with the NAICS code for this acquisition being 811210.
    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.
    6540--Biometer Optometry
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking qualified vendors to provide Biometer Optometry equipment for the Huntington Veterans Affairs Medical Center (VAMC). The procurement includes the Argos Biometer, along with warranty, installation, and training services, adhering to the brand name or equal requirement as specified in FAR Clause 52.211-6. This equipment is crucial for performing accurate biometry, keratometry, and intraocular calculations, particularly in complex cataract cases, and must integrate with existing systems such as Vista Imaging and Zeiss FORUM. Interested vendors must submit their responses, including company information and authorized dealer verification, by December 18, 2025, to assist in determining potential set-asides for future solicitations. For inquiries, contact Alison Klein at Dylan.Gore@va.gov or call 202-745-8000 x54953.
    Cardiolab Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs is seeking to procure Cardiolab Equipment through the Network Contract Office 23, located in Iowa City, IA. This procurement falls under the category of imaging equipment and supplies for medical, dental, and veterinary use, highlighting the importance of advanced medical technology in providing quality care to veterans. Interested vendors should reach out to Shavokie Gibson at shavokie.gibson@va.gov for further details regarding the procurement process. The opportunity is classified as a Justification notice, indicating specific sourcing requirements that may limit competition.
    6515--Oscillation & Lung Expansion Therapy (OLE) Equipment
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, specifically the Veterans Health Administration's Network Contracting Office 5, is seeking information from qualified firms regarding the procurement of Oscillation & Lung Expansion Therapy (OLE) Equipment, particularly the Volara System (PVL1CAP). The equipment must meet specific requirements, including the ability to deliver therapy within 10 minutes, incorporate essential components such as a compressor, humidifier, and flow generator, and be designed for mobility and ease of use. This procurement is critical for enhancing patient care in respiratory therapy, and interested parties must submit their responses by December 22, 2025, at 12:00 PM EST, via email to Contract Specialist James Ferro at james.ferro@va.gov, including proof of business status and relevant company information.
    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.
    NX EQ Scanning System Ultrasonic Endoscopic
    Veterans Affairs, Department Of
    The Department of Veterans Affairs (VA) is seeking proposals for a nationwide requirements contract for the Scanning System Ultrasonic Endoscopic, specifically the FujiFilm® Arietta 850 or equivalent, to be utilized across VA medical centers. The procurement aims to provide advanced diagnostic and treatment capabilities for diseases of the digestive tract, utilizing a combination of ultrasound and video imaging technology. This contract includes not only the equipment but also essential services such as installation, training, warranty, and maintenance, with a performance period comprising a 12-month base year and four additional option years. Interested vendors must submit their proposals by December 18, 2025, at 11:59 AM EDT, and can direct inquiries to Cyia Jones at cyiamaudia.jones@va.gov or Kimberly LeMieux at Kimberly.LeMieux@va.gov.
    J065--SOURCES SOUGHT NOTICE - PREVENATITIVE MAINTENANCE FOR MEDICAL TEST EQUIPMENT WASHINGTON DC VA MEDICAL CENTER 36C24526Q0180
    Veterans Affairs, Department Of
    The Department of Veterans Affairs, through the Network Contracting Office 5, is seeking qualified vendors to provide preventative and corrective maintenance services for medical test equipment at the Washington DC VA Medical Center. The contractor will be responsible for delivering all necessary labor, personnel, equipment, tools, materials, and supervision to ensure the proper functioning of medical test equipment, adhering to manufacturer recommendations for maintenance and repair. This opportunity is critical for maintaining the operational integrity of medical equipment, which is essential for patient care and safety. Interested vendors must submit their responses by December 29, 2025, at 10:00 AM ET, including relevant business information and capability statements, to the primary contact, Bill Pratt, at Billie.Pratt@va.gov.