6515--COMPREHENSIVE VESTIBULAR TESTING SYSTEM. "BRAND NAME OR EQUAL TO NATUS IAW SOW". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.

SOL #: 36C24526Q0246Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
245-NETWORK CONTRACT OFFICE 5 (36C245)
LINTHICUM, MD, 21090, United States

Place of Performance

Place of performance not available

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 22, 2026
2
Response Deadline
Jan 30, 2026, 5:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of Veterans Affairs (VA) is conducting market research via this Sources Sought/RFI to identify qualified sources for a Comprehensive Vestibular Testing System for the Baltimore VA Medical Center (VAMC). This is an emergency procurement to replace an end-of-life system that is currently out of service. Responses are due January 30, 2026.

Scope of Work

The contractor shall provide a new, comprehensive vestibular testing system technically equivalent to or exceeding the Natus ICS Dizcovery System, AirCal Caloric Stimulator, and Intelligent Hearing Systems DUET 2. Key requirements include:

  • Vestibular Testing System: 64-bit OS, dual-camera goggles, and specific eye-movement resolution.
  • AirCal System: Caloric stimulator with VEMP monitoring and specific frequency ranges.
  • ABR Testing System: Integrated VNG system with specific heating/cooling capabilities.
  • Services: Shipping, transport, installation, validation by vendor-trained representatives, and onsite training for clinical and engineering staff.
  • Warranty: Minimum 1-year warranty on all parts and labor.

Contract & Timeline

  • Type: Sources Sought / Market Research (Anticipated Firm-Fixed Price)
  • Delivery: Within 60 days After Receipt of Order (ARO)
  • Set-Aside: None specified (Market research will determine the final acquisition strategy)
  • Response Due: January 30, 2026, by 12:00 PM EST
  • Published: January 22, 2026

Evaluation Factors

While this is for planning purposes, the VA will evaluate potential respondents based on:

  1. Technical equivalence to the Natus brand name specifications.
  2. Mandatory Requirement: Provision of an OEM Distributor/Authorization Letter (Vendors without this will be considered non-responsive).
  3. Completion of the Buy American Certificate (FAR 52.225-2).
  4. Responses to 14 specific capability and business status questions listed in the RFI.

Additional Notes

This requirement is critical for maintaining veteran care for balance and dizziness disorders. Failure to provide the required OEM letter or answer all 14 questions will result in disqualification from the RFI process.

People

Points of Contact

Mohsin AbbasContract SpecialistPRIMARY

Files

Files

Download
Download
Download
Download
Download
Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 22, 2026
6515--COMPREHENSIVE VESTIBULAR TESTING SYSTEM. "BRAND NAME OR EQUAL TO NATUS IAW SOW". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE. | GovScope