SOLICITATION NOTICE
65 -- Mini Audiometers and Sound Level Meters
- Notice Date
- 8/27/2025 3:11:15 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-5074 USA
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K0425QA030
- Response Due
- 9/10/2025 11:00:00 AM
- Archive Date
- 09/25/2025
- Point of Contact
- Alexis Medrano, Phone: 2102215963, Catherine-Tehila Johnson
- E-Mail Address
-
alexis.v.medrano.civ@health.mil, catherine-tehila.o.johnson.civ@mail.mil
(alexis.v.medrano.civ@health.mil, catherine-tehila.o.johnson.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis/Solicitation IAW FAR Subpart 12.6 Title: Mini Audiometers and Sound Level Meters for the U.S. Military Entrance Processing Command (USMEPCOM) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is W81K0425QA030 and is being issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05 and Defense Federal Acquisition Regulation Supplement Publication Notice 20240627. The North American Industrial Classification System (NAICS) is 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing, size standard is 1,250 employees. This procurement will be 100% Small Business Set aside. DESCRIPTION OF REQUIREMENT: The USMEPCOM has a requirement for the purchase of approximately, 126 Mini Audiometers and approximately 22 Sound Level Meters. The Government intends to award a one-time purchase order. The audiometers and sound level meters must meet the requirements identified in Statement of Work (SOW) as well as the table below. The equipment shall be delivered to the Military Entrance Processing Stations (MEPS) identified in Exhibit A of this solicitation. Equipment Equipment Requirements: Mini Audiometers - Hearing Threshold Range: 0 to 90 dB in 5 dB steps - RAM: 1 GB minimum to 4 GB - HDD: 8 GB minimum - Operating system: 32- or 64-bit Windows with 1.4 GHz or higher processor - Hearing Threshold Range: 0 to 90 dB in 5 dB steps - Delivery of instructions in at least 21 languages - Supports access to MHS-Genesis and DOEHR Sound Level Meters - Indicators: power, left response, right response - Test Frequencies: 500 Hz,1,2,3,4,6,8 kHz - Response Threshold: Minimum 65 dB Hl nominal - Dimensions: 7in x 5 in x 4 in The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. See this FAR provision and the ADDENDUM TO FAR 52.212-1 for requirements regarding preparation of proposals below. The provision at FAR 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. See this FAR provision and the ADDENDUM TO FAR 52.212-2 for evaluation criteria and procedures to be used in this solicitation below. All quoters shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its quote. See this FAR provision included in this solicitation below. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders --Commercial Items, applies to this acquisition. See this FAR clause below and all additional FAR clauses cited within this clause that are applicable to the below. Any additional contract requirements and terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices have been included in the solicitation below. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. SOLICITATION RESPONSES: The offeror shall submit its quote electronically through the System for Award Management (sam.gov). Any portion of the proposal that is changed (as a result of quote revisions or negotiations) should be annotated and dated, as appropriate. Quotes shall be received no later than 1:00 PM Central Time (CT) on Wednesday, September 10, 2025. Electronic submission via sam.gov is required. Only quotes submitted directly through sam.gov are acceptable. QUESTIONS CONCERNING THE SOLICITATION: Interested parties shall submit any questions concerning this solicitation in writing to the following e-mail addresses alexis.v.medrano.civ@health.mil and catherine-tehila.o.johnson.civ@health.mil no later than three (3) business days after solicitation release date, for the Government's consideration. Questions not received within the prescribed date may not be considered. Telephone inquiries for the solicitation will not be accepted. ADDITIONAL CONTRACT REQUIREMENTS AND TERMS AND CONDITIONS FOR THIS ACQUISITION: The following information is additional contract requirements and terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. This information, to include the clauses incorporated by reference and full text, will be included in the resultant contract. Solicitation provisions apply only to the solicitation and will not be included in the resultant contract. SCHEDULE OF ORDERING 1. This is a Firm-Fixed Price Purchase Order. 2. Upon award, contractor prices will be incorporated into the contract as Exhibit B. 3. For RFQ purposes, see Addendum to FAR Provision 52.212-1 and Addendum to FAR Provision 52.212-2 for instructions for CLIN pricing.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8d7f53d0265e477bb3518705238255da/view)
- Place of Performance
- Address: North Chicago, IL, USA
- Country: USA
- Country: USA
- Record
- SN07569441-F 20250829/250827230051 (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 |