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.
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), Network Contracting Office 5, is soliciting quotations for a Comprehensive Vestibular Testing System for the Baltimore VA Medical Center. This is an emergency procurement to replace an obsolete system and ensure continued patient care. The requirement is for a system that is "Brand Name or Equal to Natus IAW SOW". This opportunity is a Total Small Business Set-Aside, and quotes are due by February 20, 2026, at 3:00 PM EST.
Scope of Work
The contractor shall deliver and install one (1) comprehensive vestibular testing system, including associated software, a TV, and installation. The system must be technically equivalent to or exceed the salient characteristics of the ICS Dizcovery System, AirCal, and Duet systems. Key components include specific goggles, an AirCal System, and an ABR Testing System. The contractor is responsible for shipping, transport, installation, assembly, validation, and ensuring all necessary parts and accessories are included. Onsite training for VAMHCS staff is also required. A minimum 1-year warranty on all parts and labor is mandatory.
Key Requirements
- The system must meet detailed technical specifications outlined in the Statement of Work (SOW), including operating system, memory, disk space, monitor resolution, and specific features for the vestibular, AirCal, and ABR testing components.
- Delivery is required within 60 days After Receipt of Order (ARO) to the Baltimore VA Medical Center.
- An Original Equipment Manufacturer (OEM) letter from the manufacturer is mandatory; failure to provide this will result in the vendor being considered non-responsive and disqualified.
- Vendors must be an OEM, authorized dealer, distributor, or reseller, and are prohibited from supplying gray market or counterfeit items.
- Offerors must complete and submit the "Buy American Certificate" (FAR 52.225-2).
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order (single award).
- Set-Aside: Total Small Business Set-Aside. SDVOSB offerors must be verified in the SBA Small Business Search Database.
- NAICS Code: 334510, Electromedical and Electrotherapeutic Apparatus Manufacturing (size standard 1250 employees).
- Place of Performance: Baltimore VA Medical Center, 10 North Greene Street, Baltimore, MD 21201.
- Response Due: February 20, 2026, 3:00 PM EST.
- Published: February 11, 2026.
Submission & Evaluation
Quotations must be submitted via email to Mohsin Abbas at Mohsin.Abbas2@va.gov. Late submissions will not be accepted. Evaluation will be based on the quote representing the best benefit to the Government at a reasonable price. Key evaluation factors include: meeting the "Brand Name or Equal to Natus IAW SOW" requirements, submission of the mandatory OEM authorization letter, completion of the Buy American Certificate, price, technical capability, and past performance. Offerors must include a statement accepting the solicitation's terms and conditions or list any exceptions.