Eckel CL-MD-DW LP2 PR - Custom 8-Man Audiometric (Hearing) Booth - (Brand Name or Equal), Fort Sill
ID: W81K00-25-Q-A017Type: Presolicitation
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 seeking proposals for the procurement and installation of a custom 8-man audiometric booth, designated as the Eckel CL-MD-DW LP2 PR or an equivalent, at the Reynolds Army Health Center in Fort Sill, Oklahoma. The contractor will be responsible for ensuring the booth meets ANSI/ASA standards for ambient noise levels and audiometric specifications, including features such as acoustic flooring, ventilation, and soundproofing, along with a post-installation testing phase to verify compliance. This procurement is crucial for enhancing auditory testing capabilities within military health facilities, thereby supporting public health initiatives. Interested parties should contact Perry J. Cannon at perry.j.cannon.civ@health.mil for further details, as this opportunity is set aside for small businesses under FAR 19.5 regulations.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a request for proposals (RFP) for the procurement and installation of a custom 8-man audiometric booth at the Reynolds Army Health Center (RAHC) in Fort Sill, OK. The booth, specified as the Eckel CL-MD-DW LP2 PR or an equivalent, must comply with ANSI/ASA standards related to ambient noise levels and audiometric specifications. The contractor is responsible for delivering and installing the booth in a designated location, ensuring all installation debris is removed. Key requirements include structural features such as acoustic flooring, ventilation, and soundproofing, along with a testing phase to verify compliance with sound pressure level standards post-installation. The contractor must possess proper authorization or credentials as either the manufacturer or an approved distributor. The document emphasizes adherence to relevant laws, regulations, and a preferred one-year warranty on the booth. The identification of specific government personnel for communication during the project and detailed room layout plans reinforces the formal and regulatory nature of this government procurement process.
    The document outlines specifications for modifications to a designated area for an audiometer booth. Key measurements include dimensions of 142”, 21”, 18”, 118 ½”, and 124 ½”, indicating various structural aspects of the booth. It specifies that the ceiling height will be 96 inches. Labelled as “Technical Exhibit A,” this document emphasizes the intended structuring of the space after the proposed modifications are made. The overall purpose is to establish clear technical requirements and spatial arrangements necessary for the installation of the audiometer booth, which is likely connected to public health initiatives or compliance with standards for auditory testing environments. Such details may be integral for compliance in federal or state grant applications and compliance with regulations and safety standards relevant to audiometric testing.
    The document outlines the technical specifications for an audiometer booth modification, detailing the allotted space dimensions and ceiling height requirements. The booth's dimensions include width measurements of 142 inches and 21 inches, in addition to height measurements of 18 inches and a ceiling height of 96 inches. The purpose of these modifications is likely to ensure compliance with specific standards necessary for audiometric testing environments. The structured presentation of measurements suggests initial planning stages for construction or renovation. This document serves as a baseline for contractors or government entities involved in federal or state requests for proposals (RFPs) or grants aiming to improve auditory testing facilities. Proper adherence to these specifications will be crucial for meeting safety, regulatory, and functionality standards in public health initiatives.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Auditory Brain Response (ABR) Test Equipment System
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking to procure Auditory Brain Response (ABR) Test Equipment Systems through a combined synopsis/solicitation. The procurement aims to acquire two ABR systems that meet specified technical capabilities and pricing arrangements, enhancing medical readiness capabilities while supporting women-owned small businesses. The solicitation outlines detailed specifications for the equipment, evaluation criteria focusing on technical capability and pricing, and mandates registration in the System for Award Management (SAM) for eligibility. Interested vendors can contact Wayne V. Thompson at wayne.v.thompson3.civ@health.mil or call 210-221-5022 for further information.
    Noise Cancelling Workstations
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is seeking small businesses to provide Noise Cancelling Workstations as part of a Sources Sought notice. The procurement aims to install noise-proof ceiling high workstations in designated rooms at HQ Western & Eastern Sector, requiring contractors to supply all necessary materials, labor, and equipment for the removal of existing workstations and installation of new ones, including electrical modifications. This initiative is crucial for enhancing workspace functionality and reducing noise in office environments, thereby improving overall productivity. Interested small businesses must submit their capabilities and relevant experience by February 19, 2025, and can direct inquiries to Amy Gawarecki at amy.l.gawarecki.civ@army.mil or John Haarala at john.haarala3.civ@army.mil.
    Eclipse EP25 Audiometer, EP Mobile Pro Cart, and peripheral accessories
    Buyer not available
    The Department of Health and Human Services, specifically the Indian Health Service, is seeking to procure an Eclipse EP25 Audiometer, an EP Mobile Pro Cart, and associated peripheral accessories for use in Chinle, Arizona. This procurement aims to enhance audiometric testing capabilities within the healthcare facilities serving the local population. The audiometer and related equipment are critical for diagnosing and managing hearing-related health issues, thereby improving patient care. Interested vendors can reach out to Dallas Begay at dallas.begay@ihs.gov or call 928-871-1433 for further details regarding this opportunity.
    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.
    ACOUSTICAL TILES WITH INSTALLATION
    Buyer not available
    The Department of Defense, specifically the Department of the Army, is soliciting proposals for the provision and installation of acoustical tiles and related hardware at the Southcom facility in Miami, Florida. Contractors are required to supply various styles and colors of acoustic wall panels, specialized brackets, and installation services, with a completion deadline set for March 31, 2025. This procurement is significant for enhancing sound management in military facilities and reflects a commitment to engaging small businesses, including those owned by service-disabled veterans and women, through a total small business set-aside. Interested parties must submit their offers by February 19, 2025, at 10:00 AM, and can contact Dyan E. Jackson at dyan.e.jackson.civ@mail.mil or Lian Pino at lian.pino.civ@mail.mil for further information.
    7110--VA Tucson B4 Acoustic Office Pods
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide B4 Acoustic Office Pods for the Southern Arizona VA Healthcare System located in Tucson, Arizona. The procurement aims to enhance TeleHealth capabilities by acquiring acoustic pods that meet specific technical and safety specifications, including advanced air quality features, acoustic properties, and compliance with safety standards. These office pods are essential for creating effective healthcare environments for veterans, reflecting the government's commitment to improving their facilities. Interested vendors must 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.
    FY25 RF Audio Analyzer
    Buyer not available
    The Department of Defense, specifically the Department of the Navy, is seeking information from potential suppliers for an Audio Analyzer as part of a Sources Sought Notice issued by the Marine Corps Tactical Systems Support Activity (MCTSSA). The desired Audio Analyzer must meet specific performance and integration requirements, including compatibility with the existing Ground Radio Family of Systems, the ability to measure signal quality and output power, and scalability with programming languages such as Python. This device is crucial for evaluating the accuracy of radio test outputs and must comply with the Trade Agreements Act and Buy American Act, with warranty coverage ranging from one to three years. Interested vendors are invited to submit technical data and company information by February 24, 2025, to primary contact Cameron Rentie at cameron.rentie@usmc.mil or secondary contact Beverly L. Hobbs at beverly.hobbs@usmc.mil, noting that this notice serves as market research and does not guarantee contract issuance.
    59--AMPLIFIER,AUDIO FRE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the procurement of audio frequency amplifiers. The contract will encompass the manufacturing and quality assurance requirements for these amplifiers, which are critical components in various defense applications. Interested vendors must comply with specific quality standards and provide documentation as outlined in the solicitation, with a focus on authorized distributors of the original manufacturer's items. Proposals must be submitted via NECO or email, and inquiries can be directed to Alexander Stimeling at 717-605-1383 or via email at ALEXANDER.STIMELING@NAVY.MIL. The contract type is firm-fixed price, and the solicitation includes a notice of total small business set-aside, emphasizing opportunities for small businesses in this procurement.
    59--LOUDSPEAKER-MICROPH
    Buyer not available
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking proposals for the procurement of loudspeaker-microphone systems. This opportunity is set aside for small businesses under the Total Small Business Set-Aside (FAR 19.5) and falls under the NAICS code 334310, which pertains to Audio and Video Equipment Manufacturing. The goods are essential for communication and operational effectiveness within military and defense contexts. Interested vendors should direct any inquiries regarding the solicitation to the buyer listed in the solicitation document, accessible via the DLA's DIBBS platform, and can reach out via email at DibbsBSM@dla.mil for further assistance.
    Building Supply
    Buyer not available
    The Department of Defense, through the Naval Research Laboratory (NRL), is soliciting quotations for the procurement of building supplies necessary for the renovation of Building 222 in Washington, DC. The project specifically targets the upgrade of rooms RMS 254 A-D, requiring various architectural materials such as sound insulation panels, drywall, wood doors, and metal studs, all aimed at enhancing the functionality and efficiency of the workspace. This Total Small Business Set-Aside opportunity emphasizes compliance with federal procurement regulations, requiring vendors to provide new, manufacturer-backed equipment and submit their quotations via email by the specified deadline. Interested parties can contact Sharla Erdmann at sharla.d.erdmann.civ@us.navy.mil or Theresa Macpherson at andrea.l.graves6.civ@us.navy.mil for further details, with the expected delivery timeframe set for November 14, 2024.