Audiometric Booths
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 the Army is soliciting proposals for Audiometric Booths at the Irwin Army Community Hospital (IACH) in Fort Riley, Kansas. This 100% Small Business Set-Aside opportunity requires the supply and installation of two new audiometric booths (one 6-man and one 8-man, Eckel CL-M6 PR and CL-M8 PR or equal). Quotes are due by March 9, 2026, at 3:00 PM Local Time.
Scope of Work
This solicitation, W81K0026QA0680001, requires the contractor to provide and install two fully functional, acoustically engineered audiometric booths at the Soldier Readiness Processing, 7672 Parker Road, Fort Riley, KS. The requirement includes one Eckel CL-M6 PR Custom 6-Man Audiometric Booth and one Eckel CL-M8 PR Custom 8-Man Audiometric Booth, or approved equals. Booths must meet American National Standards ANSI/ASA S3.1-1999 (R2023) for ambient noise levels and ANSI/ASA S3.6-2018 (R2023) for audiometers.
Key deliverables include on-site delivery and installation, system checkout, removal of all packaging and installation debris, and compliance with DoDI 6055.12 Section 3.8 – Hearing Conservation Program. A sound pressure level test must be performed upon completion of installation, with results provided to the Government Point of Contact (GPOC). A one-year warranty is preferred. Bidders should note that IACH lacks material handling equipment, and the floor-to-ceiling height in the audiometric room is a minimum of 8 feet.
Contract Details
- Solicitation Number: W81K0026QA0680001
- Contract Type: Firm Fixed Price (for CLINs 0001-0005)
- Set-Aside: 100% Small Business
- NAICS Code: 339112 (Size Standard: 1000 employees)
- Product/Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Place of Performance: Fort Riley, KS 66442, United States
Submission & Evaluation
Quotes must be submitted electronically via email to clarence.c.cude.civ@health.mil. Submissions require three volumes: Administrative, Technical Capability/Delivery, and Price. Offerors must be registered in SAM and have no active exclusions. Award will be made on an "all or nothing" basis to the responsible offeror providing the Best Value to the Government. Evaluation factors include Technical Capability (rated Acceptable or Unacceptable based on meeting salient characteristics), Delivery (rated Acceptable competitive or Neutral competitive based on proposed lead time), and Price (evaluated for fairness and reasonableness).
Key Dates
- Questions Due: March 2, 2026, 2:00 PM CDT
- Answers Posted By: March 3, 2026, 2:00 PM CDT
- Quotes Due: March 9, 2026, 3:00 PM Local Time
- Solicitation Published: February 26, 2026
Additional Notes
Offerors must hold their quote firm for at least 90 calendar days. The email subject line for submissions must be "Quote for W81K00-26-Q-A068". Refer to Exhibit A for room dimensions and Exhibit B for the building layout of Building 7672, 1st Floor of Custer Hill Health Clinic.