6515--Hearing Aid Analyzer - Bakersfield Clinic Activation
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) is conducting market research via a Sources Sought notice to identify qualified contractors capable of providing Hearing Aid Analyzer/Verification Equipment for the Bakersfield VA Clinic in California. This equipment is crucial for audiology services. Responses are due April 16, 2026.
Purpose
This is a Sources Sought notice for market research purposes only, aimed at identifying potential contractors for the supply of hearing aid analyzer/verification equipment. This is not a Request for Proposal (RFP) and does not guarantee a future solicitation.
Scope of Work
The VA Greater Los Angeles Healthcare System requires four (4) brand name or equal hearing instrument analyzers/verification systems for the Bakersfield VA Clinic. The equipment must meet or exceed detailed specifications, including:
- Software-assisted probe tube placement and guided workflow.
- Wideband audiogram entry and hearing instrument verification up to 12.5 kHz.
- Fitting software for accurate target matching and Noah module integration for data transfer and reporting.
- Teleaudiology compatibility and remote PC operation.
- Dedicated counseling tools like Sensory loss simulator and Speech Intelligibility Index (SII) counseling.
- Physical components: 12.1" display, binaural test box, probe microphone, WRECD transducer, adapters, and monitor headphones.
- Support for DSL, NAL, and CAMFIT Targets, along with wideband RECD and REDD measurement, simultaneous binaural measurement, noise reduction, feedback, and occlusion tests.
- CROS/BiCROS fitting capability.
- Dimensions: 6.5”D x 14”W x 16”H.
Performance & Delivery
Delivery and installation of the equipment are required by August 1, 2026. Work must be performed during normal duty hours (8:00 a.m. - 3:00 p.m., Monday-Friday), excluding federal holidays. The contractor is responsible for waste removal and all shipping costs.
Contract & Timeline
- Type: Sources Sought / Market Research
- NAICS Code: 334510 (Business Size Standard: 1250 employees)
- Product Service Code (PSC): 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Set-Aside: None specified (market research stage)
- Response Due: April 16, 2026, 4:00 PM Central Time (2:00 PM Pacific Time)
- Published: April 3, 2026
Submission Instructions
Interested contractors must submit written responses via email to Contract Specialist Alexandra Arzola (alexandra.arzola@va.gov). Responses should include:
- Company name, address, and Unique Entity Identifier (UEI).
- Contact information.
- Place of manufacture.
- Business size information.
- FSS/GSA contract details, if applicable (as per Exhibit A). Do not submit additional documentation unless specifically requested. Questions must be submitted in writing to the Contract Specialist.
Special Requirements
One-time training will be provided at installation. Equipment must carry a standard manufacturer industry warranty. Vendors must ensure adequate LAN/Internet, data, information, and system security in accordance with VA policies (FISMA, OMB Circular A-130, NIST standards, VAAR 852.273-75). Contractor employees requiring access to VA computer systems will undergo background investigations.
Additional Notes
This notice is solely for information gathering and market research. Industry exchanges are at the discretion of the Contracting Officer. A DRAFT Statement of Work (SOW) is attached for reference.