6515--Equipment: Audioscan Verifit 2
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), specifically the Buffalo VA Medical Center, is conducting market research through a Sources Sought notice to identify domestic sources capable of providing the AudioScan Verifit 2 system and related components. This effort aims to determine the appropriate acquisition strategy for a potential future acquisition. Responses are due by April 10, 2026, at 12:00 PM EST.
Scope of Requirement
The VA is seeking information on vendors capable of supplying:
- AudioScan Verifit 2
- AudioScan Noah Module
- Shipping services for the equipment
Information Requested from Potential Offerors
Interested parties are requested to provide:
- Company Details: Name, address, point of contact, phone, email, authorized distributor information, and delivery time.
- Small Business Eligibility: Indicate participation in programs such as SB, HUBZone, 8(a), SDB, WO, SDVOSB, VOSB, or other.
- Capability Statement: A brief statement (max 5 pages) demonstrating the ability to provide the specified equipment, including commercial brochures if applicable.
- Business Size Status: Manufacturer, distributor, or equivalent.
- Distribution Information: For large businesses, details of designated distributors.
- Alterations/Modifications: For small business distributors, specify any alterations or assembly made.
- Subcontracting: Percentage of work to be self-performed versus subcontracted.
- Existing Contracts: GSA/Federal Supply Schedule, NASA SEWP, or other federal contracts where these items are available.
- Pricing: General pricing information is encouraged for market research.
- Domestic Manufacturing: Specify if items are domestically manufactured.
- Feedback: Suggestions on salient characteristics or statement of work.
- Unique Entity ID: Provide the SAM.gov Unique Entity ID.
Submission Requirements
- Deadline: Responses must be submitted no later than April 10, 2026, at 12:00 PM EST.
- Method: Email responses to Erskine.Shoulars@va.gov. Fax or telephone calls will not be accepted.
Contract & Timeline
- Type: Sources Sought / Market Research
- Set-Aside: None specified (market research stage to determine potential set-asides)
- Response Due: April 10, 2026, 12:00 PM EST
- Published: March 26, 2026
Additional Notes
This notice is for informational and planning purposes only and does not constitute a commitment by the Government. No payment will be made for information provided, and respondents will not be notified of evaluation results. "Equal to" items must provide clear evidence of meeting all salient characteristics.