SOURCES SOUGHT
65 -- Bonham Audio Booth (VA-24-00024684)
- Notice Date
- 4/16/2024 12:46:01 PM
- Notice Type
- Sources Sought
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- 257-NETWORK CONTRACT OFFICE 17 (36C257) ARLINGTON TX 76006 USA
- ZIP Code
- 76006
- Solicitation Number
- 36C25724Q0513
- Response Due
- 4/19/2024 6:00:00 AM
- Archive Date
- 05/04/2024
- Point of Contact
- Michelle Cunningham, Contract Specialist, Phone: 254-408-1652
- E-Mail Address
-
michelle.cunningham@va.gov
(michelle.cunningham@va.gov)
- Small Business Set-Aside
- SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
- Awardee
- null
- Description
- This market research notice is being conducted by Network Contracting Office (NCO) 17 VHA Regional Procurement Office-West (RPOW) 124 E. Hwy 67 Suite 100 Duncanville Texas 75134 for the procurement of two Audiology Booth Single Wall Sole Source with E3 Diagnostics, INC., 3333 N Kennicott Ave Arlington Heights IL 60004 USA. Background and Requirement: Bonham Audiology service is requesting two Audiology Booths Single Wall that will provide noise reduction from outside to inside of a properly installed booth. This is a Single Wall Design, that is Pre-wired Jack Panel with Cable Pass-thru, it will have Low-profile, 12 cm (4 3/4 ) Isolated Floor System Ceiling Mounted LED Illumination System while given an acoustically engineered roof, this is a Sound Secured Patient Viewing Window. This equipment for proposed are Audiometric Booths for hearing evaluations. E3 Diagnostics is compatible with attenuation requirements for Compensation and Pension examinations. E3 Diagnostics provides the equipment listed on this document which is compatible with attenuation requirements for Compensation and Pension examinations. E3 Diagnostics provides equipment aspects which will not interfere with requirements for Veteran s Compensation and Pension examination results. SPECIFIC INSTRUMENT REQUIRED: E3 Diagnostic Audiology Booth Single Wall. New instruments need to function with all equipment for parts, supply as well as standard of procedure and workflow continuity. New instrument must have the following key features: 1. Acoustic System Custom Sound Room Custom Single Wall Audiometric Test Booth, 6"" Panels, per drawing Q19083 Rev E Room 419 1-Acoustics System Custom Sound Room RE-146MC Single Wall Audiometric Test Booth, per drawing Q19083 Rev E Room 425 misc -Sound Room Part ramp with 1/2"" rise for both. Sound Room Installation for both Shipping for both Sound Room Removal-Removal and disposal of existing double-wall suite Booth for both Panels will need to be cut on site to be removed from building for both. If this is an item your business can provide, please respond to this Sources Sought Notice by 08:00 AM Central Time on Friday, 19 April 2024. The intent of this notice is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: a. where is the item manufactured, the VA is interested in procuring items manufactured in the United States. If you have an existing GSA or VA, Federal Supply Schedule contract, include the contract details in your response. Please note that VA is particularly interested in determining the availability of Service Disable Veteran Owned Small Business/Veteran Owned Small Business or other Small Business manufacturers or authorized distributors that can provide this item. Respond to this notice if you can provide the sole source products listed in the table in the background and requirement section above. In the response, please cite your business size status. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept gray market items. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Responses should include: (1) Business Name (2) Business Address (3) Point of Contact - Name - Phone Number - E-mail Address (4) SAM UID Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED(VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable All businesses eligible to provide this item are encouraged to reply as this information may be used to determine potential set-asides for the above-noted requirement. Send responses to Michelle Cunningham at michelle.cunningham@va.gov. DISCLAIMER: THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Due to technical issues, please allow additional time if you re using electronic means. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses received to this notice is solely within the discretion of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/262ec3af563d4a8c952fa09ed65e33cf/view)
- Place of Performance
- Address: Bonham VAMC 1201 E.9th St., Bonham, TX 75418, USA
- Zip Code: 75418
- Country: USA
- Zip Code: 75418
- Record
- SN07032629-F 20240418/240416230054 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |