The Department of Veterans Affairs (VA) is soliciting proposals for a five-year, single award, Indefinite Delivery Indefinite Quantity (IDIQ) contract for audiology equipment calibration, maintenance, and support services to serve the Veterans Integrated Service Network 23 (VISN23). Interested parties must submit their proposals by May 22, 2025, at 4:00 PM Central Time. The contracting office, located in Coralville, IA, has assigned Contracting Specialist Jennifer Watkins-Schoenig as the point of contact for questions, which should be directed to her email or that of Joshua Imdacha, and must be received 72 hours prior to the submission deadline. The project is not funded by the Recovery Act, and the specific North American Industry Classification System (NAICS) code applicable is 811210. This solicitation highlights the VA's commitment to ensuring high-quality maintenance and support for audiology equipment, essential for veteran care services. Further detailed information, including a price schedule, is available in the attached documents related to this solicitation.
The document outlines a Request for Proposal (RFP) from the Department of Veterans Affairs (VA) related to a five-year, single award Indefinite Delivery Indefinite Quantity (IDIQ) contract for audiology equipment calibration, maintenance, and support services across various VISN 23 locations. The procurement is set aside exclusively for small businesses, particularly targeting Women-Owned Small Businesses (WOSB) and service-disabled veteran-owned small businesses.
Key requirements include the provision of management, personnel, and necessary tools to perform calibrations according to national standards and manufacturer specifications. Contractors must ensure preventive maintenance, immediate repair capabilities, and compliance with safety and performance standards. The document emphasizes the need for certified technicians, timely calibration reporting, and proper invoicing for services rendered, as well as strict adherence to VA policies while on-site.
The structured document comprises sections detailing contract administration, the statement of work, pricing schedules, and specific clauses related to government procurement policies. This RFP underlines the VA's commitment to maintaining high standards in medical equipment functionality while prioritizing veteran-owned businesses in the procurement process.
The document outlines the procurement items related to the Nebraska Western Iowa Veterans Affairs Medical Center (VAMC) and other associated facilities, detailing contracts for various medical equipment and services needed over a specified contract period from June 1, 2025, to May 31, 2026. The document lists numerous item numbers alongside descriptions, indicating the quantity needed and specifying individual components such as audiometers, analyzers, and audiometric booths from various manufacturers like GN Otometrics North America and Audioscan. It also includes notes on serial numbers for inventory and tracking purposes.
This structured list serves as a request for proposal (RFP) or grant proposal aimed at soliciting bids from potential suppliers for essential audiometric and hearing-related medical equipment to enhance patient care in the VAMC network. The primary objective is to ensure that facilities are equipped with the latest technology and tools to effectively serve veterans' health needs while ensuring compliance with federal procurement guidelines. The extensive inventory highlights the importance of continual investment in medical equipment to maintain high standards of patient care.