Sources Sought for Auditory Evoked Potential system with Vestibular Evoked Myogenic Potential and Auditory Brainstem Response capabilities
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 Defense Health Agency (DHA) is conducting a Sources Sought / Request for Information (RFI) to identify potential sources for a 2-Channel Auditory Evoked Potential (AEP) system with Vestibular Evoked Myogenic Potential (VEMP) and Auditory Brainstem Response (ABR) capabilities. This system is intended for use in a research environment, specifically with rat models. The government is interested in commercial off-the-shelf (COTS) or modified COTS solutions. Responses are due by March 27, 2026, at 2:00 PM ET.
Purpose & Overview
This notice serves as market research to gather information on industry capabilities to provide an integrated AEP, VEMP, and ABR assembly. The primary goal is to obtain a system capable of direct, quantitative physiological measurements of inner ear, vestibular, and auditory function in rats, including vestibular reflex thresholds, myogenic response amplitudes, and latencies.
Key Requirements
- Integrated 2-Channel AEP VEMP and ABR assembly.
- Must provide direct, quantitative physiological measurements in rats.
- Capable of measuring vestibular reflex thresholds, myogenic response amplitudes, and latencies.
- Compatibility with rat models and support for auditory stimuli for evoked potential testing.
- Detailed technical specifications are provided in Attachment 1 of the Sources Sought Notice, covering quantity, assembly capabilities (dual channel, stimulus range, data collection), compatible software/workstation, warranty, and installation/training.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI) – This is not a solicitation or commitment to award a contract.
- Product Service Code: 6640 (Laboratory Equipment And Supplies)
- Response Due: March 27, 2026, 2:00 PM ET
- Published: March 12, 2026
Submission & Evaluation
Interested parties must submit a capability statement, limited to 10 pages (excluding attachments), in PDF or Microsoft Word format. The statement should demonstrate the ability to meet the requirement and include:
- Company information (name, address, UEI, CAGE code).
- Business size and type (e.g., small business, veteran-owned, HUBZone, 8(a), women-owned).
- A tailored description of the product/system, including product literature.
- Evidence of prior similar deliveries.
- Any anticipated subcontracting/teaming arrangements.
- Delivery timeline, estimated pricing range (rough order of magnitude), warranty/support details, and training/installation requirements. All questions and responses must be submitted via email to Benjamin.t.marcus2.civ@health.mil. Telephone inquiries will not be accepted.
Eligibility / Set-Aside
The government is currently assessing its acquisition strategy, including potential set-asides (e.g., small business, veteran-owned, HUBZone, 8(a), women-owned) or full-and-open competition.
Additional Notes
Responses will be used for planning purposes only. The government assumes no liability for costs incurred in preparing responses. Proprietary or confidential information should be clearly marked.