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.
ID: 36C24525Q0333Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF245-NETWORK CONTRACT OFFICE 5 (36C245)LINTHICUM, MD, 21090, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- MEDICAL, DENTAL, AND VETERINARY EQUIPMENT AND SUPPLIES (J065)
Timeline
    Description

    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.

    Point(s) of Contact
    Mohsin AbbasContract Specialist
    202-745-8000 x54945
    Mohsin.Abbas2@va.gov
    Files
    Title
    Posted
    The document outlines a Sources Sought Notice for acquiring an audiology booth for the Baltimore Veterans Affairs Medical Center (VAMC). The request highlights the need for a soundproof, double-wall exam suite, specifically a model equivalent to Eckel Noise Control Technologies, to facilitate precise hearing tests. Contractors must supply an OEM authorized distributor letter if they are not the manufacturer and provide details including business size, manufacturing place, and general pricing. The contract expects delivery within 90 days after award, with all installations performed by trained personnel. Accurate representation and certifications must be completed through the System for Award Management (SAM) before any award, emphasizing the necessity for compliance with federal contracting standards. The acquisition aims to improve auditory screening capabilities in a medically sound environment, reflecting the VAMC’s commitment to quality patient care. The document mandates the submission of detailed proposals, including warranties and training for staff, highlighting the project's integration into broader governmental procurement practices focused on veteran health services.
    The file appears to contain disorganized or corrupted data, rendering it unreadable in its current state. As a result, no coherent main topic, key ideas, or supporting details can be identified or extracted for analysis. It likely pertains to federal government RFPs, grants, and state/local requests but fails to present any valuable content in its present form. Therefore, no summary or actionable insights can be provided based on the available information, emphasizing the need for document recovery or reformatting to ensure clarity and communicability of its intended purpose.
    The document outlines a price/cost schedule for a federal procurement related to medical equipment and services, specifically emphasizing items associated with the installation and maintenance of exam suite facilities. Each item listed is categorized under the principal NAICS code 339112, indicating its relevance to surgical and medical instrument manufacturing. The schedule includes various supplies, with specified quantities and model numbers, all of which must be "Brand Name or Equal to ECKEL" as per the Statement of Work (SOW). Notable items consist of sound room installation, utility add-ons, and wall fascia components, showcasing a focus on enhancing medical environments while adhering to federal standards for procurement. The document serves as a structured request for proposals (RFP), ensuring that potential vendors can submit competitive bids for the specified medical needs while maintaining compliance with the relevant industry codes and guidelines. The grand total for the procurement is to be finalized based on the unit prices provided by bidders.
    The VA Maryland Health Care System is seeking to procure and install a new audiology booth at the Cambridge VA Clinic to replace a nonfunctional unit. This booth will serve as a soundproof environment for conducting hearing exams, essential for accurate diagnoses. Key requirements for the booth, which must be equivalent to Eckel Noise Control Technologies’ model, include an independent ventilation system, specific acoustic specifications, wheelchair accessibility features, and safety elements like double-glazed windows and reinforced doors. The contractor will be responsible for shipping, installation, and ensuring all equipment is provided as specified, including conducting a joint inspection with VA staff upon delivery. Training for VAMHCS staff on the new equipment, as well as a minimum one-year warranty covering parts and labor, is required. The document outlines delivery protocols, including advance notice and condition checks, along with security requirements and protections for property damages during installation. This procurement highlights the VA’s commitment to enhancing healthcare facilities, aligning with government initiatives for improved patient care and accessibility.
    The document outlines the specifications and features for a standard audiometric room/booth provided by Eckel Noise Control Technologies, particularly aimed at addressing federal and state needs related to sound management in healthcare settings. Key features include various door sizes, acoustic windows, an exhaust system with options for HVAC connections, and specialized accessibility flooring for wheelchair access. The room design prioritizes sound isolation and includes electrical requirements, such as outlets and light fixtures compliant with electro-medical standards. Additionally, the document emphasizes the importance of installing the booth with adequate airspace from walls and a level foundation, highlighting necessary precautions for a successful installation. The inclusion of utility boxes for data and alarm systems reflects a comprehensive approach to facility needs in audiology. Ultimately, this proposal targets clients like E3 Diagnostics, ensuring they meet industry standards while maximizing functionality and safety in hearing assessments. This document is significant in the context of government RFPs as it provides a detailed framework for potential bids related to acoustical booth designs in clinical environments.
    The VAAR 852.212-71 outlines procurement requirements to prevent the acquisition of gray market and counterfeit items for supplies and equipment. It mandates that only new Original Equipment Manufacturer (OEM) products are acceptable, prohibiting used, refurbished, or remanufactured items. Gray market items are defined as OEM products sold outside authorized territories or by unauthorized dealers, while counterfeit items are unlawful reproductions or misrepresentations of authentic OEM goods. The vendor must be an OEM, authorized dealer, or distributor, verified by an authorization letter from the OEM. All associated software licensing, warranty, and service must adhere to OEM terms. This clause reinforces the integrity and authenticity of products in federal procurements, ensuring compliance and reducing the risk of substandard or fraudulent items.
    Similar Opportunities
    Model RS-143 Sound Booth
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a Special Notice for the procurement of a Model RS-143 Sound Booth, intended for use at the Central Alabama Veterans Affairs Medical Center to enhance audiology services. This sole source contract will be awarded to E3 Diagnostics, Inc., which will provide a booth featuring advanced acoustical design, a unique ventilation system, and a patient observation window. The procurement underscores the VA's commitment to delivering high-quality audiological care, ensuring compliance with federal procurement regulations. Interested parties are invited to submit a capabilities statement by February 25, 2025, to the primary contact, Rudy A. Cortinez, at rudy.cortinez@va.gov or by phone at 706-733-0188.
    7110--VA Tucson B4 Acoustic Office Pods
    Buyer not available
    The Department of Veterans Affairs is seeking vendors for the procurement and installation of B4 Acoustic Office Pods at the Southern Arizona VA Healthcare System in Tucson, Arizona. This opportunity aims to enhance the facility's capabilities for TeleHealth services by acquiring two specific models of acoustic pods, which must meet stringent technical specifications, including noise reduction, safety standards, and sustainability requirements. The selected contractor will be responsible for project management, installation, and compliance with various regulations, ensuring the pods are functional, flexible, and aesthetically pleasing. Interested vendors should submit their capabilities by February 24, 2025, and can contact Contracting Officer Adrienne Brown at adrienne.brown4@va.gov or 951-601-4536 for further information.
    Z1DA--Renovate Audiology 515-23-101
    Buyer not available
    The Department of Veterans Affairs is preparing to solicit bids for the renovation of the Audiology department at the Battle Creek Veterans Affairs Medical Center (VAMC) under project number 515-23-101. This project requires contractors to provide all necessary labor, materials, and supervision to complete the renovations in compliance with applicable building standards, with a projected cost range between $5 million and $10 million. The procurement is specifically set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), highlighting the importance of veteran participation in government contracts. Interested contractors should register in the System for Award Management (SAM) and direct inquiries to Contract Specialist Thiago Caristo at Thiago.Caristo@va.gov, with the Invitation for Bids expected to be released around February 26, 2025.
    Z1DA--PN: 568-25-105, Bldg. 145 Education Room 108 Ceiling Refresh {FM} SDVOSB OPEN MARKET (NON-MATOC) - RFQ
    Buyer not available
    The Department of Veterans Affairs is seeking a contractor to install a new acoustical suspended ceiling system in Education Room 108 of Building 145 at the Fort Meade Veterans Affairs Medical Center. The project requires the contractor to provide all necessary supervision, tools, materials, and labor to complete the installation, which involves working in a space measuring approximately 30 feet by 40 feet, while also removing and reinstalling associated components like lighting and ductwork. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), emphasizing the government's commitment to supporting veteran enterprises, with a completion timeline of 30 calendar days from the notice to proceed. Interested bidders can contact Contract Specialist Michael Warrick at michael.warrick@va.gov or (402) 996-3534 for further details.
    Videonystagmography Equipment
    Buyer not available
    The Department of Veterans Affairs, specifically the Network Contracting Office 17, is seeking qualified vendors for the procurement of Videonystagmography (VNG) Equipment intended for use at the El Paso VA Health Care System. The primary objective is to replace the outdated Visual Eyes VNG system with the Interacoustic VisualEyes 525, which requires advanced features such as comprehensive test capabilities, eye tracking, and software support. This equipment is crucial for enhancing diagnostic capabilities in the healthcare setting, thereby improving patient care for veterans. Interested Service-Disabled Veteran Owned Small Businesses, other veteran-owned, and socio-economically disadvantaged small businesses must submit their responses detailing their qualifications and relevant experience by February 27, 2025. For further inquiries, potential respondents can contact Dayna Cantu at dayna.cantu@va.gov or call 512-922-0142.
    Z1DA--658-24-108 Replace Overhead Paging System
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the replacement of the overhead paging system at the Salem Veterans Affairs Medical Center. This design-build project requires contractors to provide all necessary labor, materials, and tools for the installation of a modern paging system across multiple buildings on the campus, with a budget estimated between $500,000 and $1,000,000. The procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) and emphasizes compliance with safety and regulatory standards, as well as adherence to the Davis-Bacon Act for wage determinations. Interested bidders must submit their proposals electronically by April 9, 2025, following a site visit scheduled for February 27, 2025, and can direct inquiries to Contract Specialist Bryant L Guerrant at bryant.guerrant@va.gov.
    6515--Bertec CDP/IVR Upgrades
    Buyer not available
    The Department of Veterans Affairs, through Network Contracting Office 8, is planning to award a sole-source contract to Melling Medical for upgrades to the Bertec CDP/IVR system at the James A. Haley Veterans Hospital. The contract, justified under FAR 13.106.1(b) due to Melling Medical's unique capabilities, includes critical enhancements such as the Head Shake Sensory Organization Test and Bertec Vision Advantage, which are essential for evaluating patients' balance and postural control. This initiative underscores the VA's commitment to improving patient care through advanced technology and specialized assessments, with installation and training for clinical staff included in the contract. Interested vendors must submit their capabilities by February 28, 2025, and the delivery and installation of the equipment are expected within 30 days after the award, accompanied by a one-year warranty. For further inquiries, contact Marcus Lewis at Marcus.Lewis2@va.gov or call 813-940-0316.
    VoiceOver Pro Maintenance
    Buyer not available
    The Department of Veterans Affairs is seeking to award a sole source, firm-fixed price contract for VoiceOver Pro Maintenance to Voicebrook, Inc. This procurement is necessitated by the proprietary nature of the equipment, which can only be supplied by the Original Equipment Manufacturer, ensuring that the VA system receives the essential support it requires. Vendors are invited to submit capability statements if they believe they can meet the specific demands outlined by the VA, although this notice does not constitute a solicitation for competitive quotes. Interested parties should direct all inquiries to Contract Specialist Robert Bennett at robert.bennett8@va.gov or by phone at 319-339-7079, with a response deadline set for March 2, 2025.
    N041--526-25-112A - Replace Exhaust Fan
    Buyer not available
    The Department of Veterans Affairs is seeking proposals from qualified contractors to replace an exhaust fan at the Bronx VA Medical Center, specifically for the third-floor pharmacy. The project requires the installation of a Lab Exhaust Flat Blade Centrifugal Blower (Model CPSLE-S) from Loren Cook Company, ensuring compliance with health and safety standards critical for pharmacy operations. This procurement is set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB), with a project completion timeline of 120 calendar days post-award and a proposal submission deadline of February 27, 2025, at 12:00 PM Eastern Time. Interested bidders should contact Contracting Officer Dayna Dickson-Miller at Dayna.Dickson-Miller@va.gov or 518-903-0065 for further details.
    Z1DA--Correct SPS Ceiling System Finding 506-25-502
    Buyer not available
    The Department of Veterans Affairs is soliciting proposals for the "Correct SPS Ceiling System Finding" project at the Ann Arbor VA Medical Center in Michigan. The project entails the complete removal and replacement of the existing Acoustical Lay-in ceiling system with a suspended gypsum board ceiling, requiring contractors to manage all labor and materials while ensuring minimal disruption to medical center operations during renovations. This initiative is crucial for enhancing healthcare facilities and maintaining high standards of patient care, with an estimated construction cost between $500,000 and $1,000,000. Proposals are due by 14:00 EDT on March 19, 2025, and interested contractors should direct inquiries to Arter E. Sweatman at Arter.Sweatman@va.gov.