Eckel CL-MD-DW LP2 PR - Custom 8-Man Audiometric (Hearing) Booth - (Brand Name or Equal), Fort Sill
ID: W81K0025QA017Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-4504, 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 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.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a solicitation for a Women-Owned Small Business (WOSB) contract for the procurement and installation of a Custom 8-Man Audiometric Hearing Booth at the Reynolds Army Health Center (RAHC) located in Fort Sill, Oklahoma. The solicitation includes detailed requirements for the product, which must adhere to relevant national standards for audiometric testing environments. The contractor is responsible for delivering, installing, and checking the system, as well as ensuring compliance with all applicable regulations. The scope clarifies that the contractor must supply all necessary equipment and personnel to facilitate the delivery and installation processes. The absence of material handling equipment at the RAHC is acknowledged as a factor influencing the installation logistics. Delivery is required on or before April 2, 2025, and the contractor must communicate with designated government personnel as points of contact. Additionally, the document contains a comprehensive list of federal acquisition clauses that govern the contract, emphasizing compliance with various regulations and standards applicable to the procurement of commercial products and services. Overall, this solicitation serves to enhance the audiometric testing capabilities at RAHC while reinforcing the government's commitment to supporting small businesses, particularly those owned by women and minorities.
    The document outlines specifications for an audiometer booth, highlighting the necessary dimensions and structural modifications required for the space. It specifies general dimensions such as a ceiling height of 96 inches and various linear measurements (142”, 21”, 18”, 118 ½”, 124 ½”) relevant to the design and layout. This information is categorized as "Technical Exhibit A," indicating it is part of a formalized requirement for potential contractors or vendors responding to a government RFP. The focus of the document is to ensure that the space meets precise technical standards necessary for the functioning of audiometric equipment, thereby ensuring compliance with regulations that may apply to health and safety standards in occupational settings. This document serves as a reference for contractors looking to fulfill the specifications outlined in the corresponding federal or state grants and RFPs related to audiometric services.
    Similar Opportunities
    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.
    MSU Hearing Tests 2025
    Buyer not available
    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.
    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.
    Overhead Doors
    Buyer not available
    The Department of Defense, specifically the Army Contracting Command, is seeking proposals for the procurement of overhead doors for the McAlester Army Ammunition Plant in Oklahoma. The contract requires the supply of a specific model of overhead door, measuring 16' 2" x 16' 1", featuring insulated glass lites and a dark bronze anodized finish, with delivery expected by March 19, 2025. This procurement is crucial for maintaining operational efficiency at the facility, and it emphasizes compliance with federal procurement regulations while fostering opportunities for small businesses. Interested vendors must submit their offers by 3:00 PM on February 26, 2025, and can direct inquiries to Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454.
    137th SOW - Building 1040 Repair / Renovation Solicitation
    Buyer not available
    The Department of Defense, specifically the Oklahoma Air National Guard's 137th Special Operations Wing, is soliciting bids for the repair and renovation of Building 1040 at Will Rogers Air National Guard Base in Oklahoma City. The project encompasses extensive interior renovations, including the installation of fire protection systems, upgrades to mechanical and electrical systems, and improvements to various operational spaces, with a total estimated cost between $5 million and $10 million. This initiative is crucial for enhancing the operational capabilities and safety standards of military facilities, ensuring compliance with federal regulations and quality assurance protocols. Interested contractors must submit their bids by March 6, 2025, and can direct inquiries to Maj Ryan Moehle at ryan.moehle@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    Microphone Installation Project
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for a Microphone Installation Project at Eielson Air Force Base and Joint Base Elmendorf-Richardson in Alaska. The project aims to upgrade existing microphone systems for the 353 Combat Training Squadron and the 354 Operations Group Detachment 1, enhancing communication clarity during briefings and video teleconferences by installing ceiling-mounted beam-forming microphones and digital audio processors. This initiative is crucial for modernizing communication technology in military training environments, ensuring efficient operations and adherence to security standards. The contract, valued at $19 million, is set for a firm-fixed-price agreement, with a performance period from March 24, 2025, to August 29, 2025. Interested parties, particularly Service-Disabled Veteran-Owned Small Businesses (SDVOSB), should contact Camden Chan at camden.chan@us.af.mil or Mason Hawkins at mason.hawkins.1@us.af.mil for further details.
    58--MISSION AUDIO PANEL
    Buyer not available
    The Department of Defense, through the Department of the Navy's NAVSUP Weapon Systems Support, is soliciting proposals for the procurement of a Mission Audio Panel. This contract aims to acquire essential electrical hardware and supplies, specifically categorized under NAICS code 332710 for Machine Shops and PSC code 5975 for Electrical Hardware and Supplies. The Mission Audio Panel is critical for various defense applications, ensuring effective communication and operational efficiency in military operations. Interested vendors can reach out to Patrick Horan at 215-697-0275 or via email at PATRICK.J.HORAN1@NAVY.MIL for further details regarding the solicitation process.
    Epoxy Floors Building 1048
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting bids for the installation of epoxy floors in Building 1048 at the Will Rogers Air National Guard Base in Oklahoma City, Oklahoma. The project requires a firm fixed-price contract, with the selected contractor expected to complete the work within 120 calendar days following the notice to proceed, which is anticipated to commence within 30 days of contract award. This procurement is crucial for maintaining operational readiness and safety standards, as the new flooring must withstand significant wear from heavy vehicles and chemicals while ensuring slip resistance and compliance with quality specifications. Interested small businesses must submit their bids by March 18, 2025, following a pre-bid conference on February 25, 2025, and can direct inquiries to SMSgt Kyle Thomas at kyle.thomas.24@us.af.mil or Timothy Clutter at timothy.clutter.1@us.af.mil.
    HVAC Units (4 ton)
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking bids for the procurement of HVAC units, specifically a 4-ton Bard HVAC system, to be delivered to the McAlester Army Ammunition Plant in Oklahoma. The solicitation includes detailed specifications for the HVAC system components, including a model SG-5W wall mount accessory, supply and return grilles, and a dehumidistat, which are essential for maintaining optimal climate control in military facilities. Interested suppliers must submit comprehensive technical specifications and adhere to federal acquisition regulations, with bids due by 10:00 AM on March 5, 2025. For further inquiries, potential bidders can contact Angela Rouse at angela.m.rouse3.civ@army.mil or by phone at 918-420-7175.
    5Ton Air Handler
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure a Liebert 5 Ton HVAC Split System for the McAlester Army Ammunition Plant in Oklahoma. The solicitation requires the specified brand with no substitutes, emphasizing the importance of compatibility for operational efficiency and cost savings in government operations, particularly in environments involving explosive materials. The contractor must adhere to federal acquisition regulations, with a delivery deadline set for October 30, 2025, and proposals due by March 28, 2025, at 3:00 PM local time. Interested vendors can contact Regina Gibson at regina.l.gibson7.civ@army.mil or by phone at 918-420-7454 for further information.