Request for Information for Hearing Aid Parts and Accessories
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.
SUBJECT*
Request for Information for Hearing Aid Parts and Accessories
GENERAL INFORMATION
CONTRACTING OFFICE’S ZIP CODE*
80401-5621
SOLICITATION NUMBER*
36C79126Q0002
RESPONSE DATE/TIME/ZONE
01/07/2026 15:00 MOUNTAIN TIME, DENVER, USA
ARCHIVE
60 DAYS AFTER THE RESPONSE DATE
RECOVERY ACT FUNDS
N
SET-ASIDE
PRODUCT SERVICE CODE*
6515
NAICS CODE*
334510
CONTRACTING OFFICE ADDRESS
Department of Veterans Affairs
Commodities & Services Acquisition Svc
(003B6E)
555 Corporate Circle
Golden CO 80401-5621
POINT OF CONTACT*
Contracting Officer
Bradley Geghan
bradley.geghan@va.gov
303-273-6214
PLACE OF PERFORMANCE
ADDRESS:
Department of Veterans Affairs
Denver Logistics Service
555 Corporate Circle
Golden CO
POSTAL CODE
80401
COUNTRY
USA
Request for Information for Hearing Aids Parts and Accessories
ADDITIONAL INFORMATION
This Request for Information (RFI) is issued solely for information and planning purposes only and does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP). This notice does not commit the U.S. Government to contract for any supply or service. Furthermore, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this Request for Information. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Responses will not be returned to the responder.
Please submit your company’s capabilities statement and completed vendor responses electronically to Mr. Bradley Geghan at bradley.geghan@va.gov and Mr. Bryan Crist at bryan.crist@va.gov no later than January 7, 2026, at 3:00 p.m. Mountain Time (MT). Please include your company name in the subject of the email response as: “Attention: Hearing Aid Parts and Accessories “RFI – VENDOR NAME HERE”.
Title: Sources Sought Notice for Hearing Aid Parts and Accessories, hereinafter called “HAPA,” and associated Items in support of the Department of Veterans Affairs.
The Department of Veterans Affairs (VA), Commodities & Services Acquisition Service (CSAS) is seeking information from vendors regarding the availability and business practices regarding the procurement of assistive listening devices and associated Items. Please provide requested information using the below stated general comparable requirements for the response to the VA. Additionally, address the Business Size Classification of the vendor interested (SDVOB, 8(a), SDB, Hub, WOSB, EWOSB, Small, or Other).
The qualifying NAICS code for this effort is 334510, Surgical and Medical Instrument Manufacturing, and employee size standard is 1,250 employees. Another acceptable NAICS code is 423450, although the government expects a significant wholesale discount for a large buy.
This RFI seeks potential contractors that have hearing aid parts and accessories that are direct from the manufacturer. Please address the following questions:
1. Brand name, model number, and part number?
2. Typical shipping method, lead time of manufacturing, lead time shipping, packaging, and any special components?
3. Any energy star or environmental bio-preferred products?
4. If the product has a chip as part of the component(s)?
5. What is the origin of manufacturing?
6. Answer if the product(s) are considered white labeled or branded?
7. Are the product(s) new technology?
8. If any devices in the categories below have accessories or additional features, please highlight those accessories and features?
General Comparable Requirement Categories:
Introduction: The VA is looking for HAPA for hearing impaired Veterans.
Corporate Information:
Provide your company’s contact information (Company name, address, Point of contact name and email).
Indicate whether your business is a Small Business (SB) or Large Business (LB).
If small, indicate if your firm qualifies as a small, emerging business, or small
disadvantaged business. If disadvantaged, specify the disadvantaged group of
Service Disables Veteran Owned Small Business (SDVOSB), Veteran Owned
Small Business (VOSB), 8(a), HUBZone, Woman Owned Small Business (WOSB).
1. Include the Unique Entity Identifier (UEI) number of your firm.
2. Identify any current federal contract awards.
3. Is your business the Manufacturer of the product or a Dealer/Distributor?
State whether your firm is registered with the System for Award Management
(SAM) at http://www.sam.gov and/or Veterans Small Business Certification (VetCert) https://veterans.certify.sba.gov/
*NOTE: any future solicitation can only be awarded to a contractor who is
registered in SAM; to receive award based on VOSB or SDVOSB status, you
must be registered and certified in the VetCert.
Please provide any additional considerations in the category of HAPA and any additional information you would like the VA to consider when developing the specifications for this request for information.
The Government will use responses of this notice to make appropriate acquisition decisions upon review of documentation. a request for proposals may be issued to the government wide point of entry Contract Opportunities (www.sam.gov). Responses to this Sources Sought Notice are not considered adequate responses to any corresponding solicitation announcement. Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued. If a solicitation is released, it will be synopsized on the Government-wide Point of Entry. It is the responsibility of potential offerors to monitor the Government-wide Point of Entry for additional information pertaining to this requirement.