6515--Otoacoustic Emissions - Columbus
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 10, is soliciting quotes for Otoacoustic Emissions - MADSEN Capella 2, DP+TE (combo) and accessories for the Chalmers P. Wylie VA Ambulatory Care Center in Columbus, Ohio. This is a combined synopsis/solicitation (RFQ) for commercial items, anticipating a firm-fixed-price Purchase Order. The requirement is for an upgrade and end-of-life replacement of six existing units. Quotes are due April 13, 2026, by 5:00 PM EST.
Scope of Work
The contractor will provide six (6) MADSEN Capella 2, DP+TE (combo) units and associated accessories. These units must be compatible with the VA's existing Audiometric Software Otosuite. The scope includes:
- Delivery and installation in the designated audiology testing area.
- Integration with the existing computer system.
- Calibration and performance verification.
- Staff training, if required. The installation must be completed within 90 calendar days from the date of contract award.
Contract Details
- Contract Type: Firm-Fixed-Price Purchase Order.
- Solicitation Number: 36C25026Q0456.
- NAICS Code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing).
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies).
- Place of Performance: Chalmers P. Wylie VA Ambulatory Care Center, 420 N James Rd, Columbus, OH 43219.
- Period of Performance: Installation within 90 calendar days of award.
Eligibility & Limitations
The VA has indicated that only Natus Sensory (OEM) and their Authorized Service Disabled Veteran Owned Small Business (SDVOSB) Vendors are believed to be capable of providing this requirement, citing the need for compatibility with existing Audiometric Software Otosuite and standardization of testing methods. A Justification for Limiting Sources (LSJ) document supports this rationale, identifying Natus Sensory Inc., Walker & Marshall management Services LLC, and Veterans Healthcare Supply Solutions as proposed contractors. The order will be placed against FSS Contract Number: 36F79719D0129.
Submission & Evaluation
- Submission Deadline: April 13, 2026, by 5:00 PM EST.
- Submission Method: Electronically via email to Gina P. Crank at gina.crank@va.gov.
- Required Content: A completed schedule with pricing, adequate documentation detailing product capabilities, and a statement regarding acceptance of terms and conditions.
- Evaluation: Award will be based on a comparative evaluation of quotes in accordance with FAR Part 13 Simplified Acquisition Procedures, selecting the quote most advantageous to the Government.
Point of Contact
Gina P. Crank, Contracting Officer, gina.crank@va.gov.