Oklahoma Bids > Bid Detail

Hearing Booth

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159769998290592
Posted Date: Feb 28, 2024
Due Date: Mar 5, 2024
Source: https://sam.gov/opp/f0ea09ae0f...
Follow
Hearing Booth
Active
Contract Opportunity
Notice ID
PR0012067703
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
MEDCOM
Office
W40M USA HCA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 28, 2024 09:54 am CST
  • Original Response Date: Mar 05, 2024 10:00 am CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance:
    Fort Sill , OK 73503
    USA
Description

The Medical Readiness Contracting Office - West, Fort Cavazos, TX is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide a One-time buy, Delivery and Installing of one (1) Hearing Booth for Reynolds Army Health Clinic (RAHC), Fort Sill, Oklahoma 73503.





The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions.





DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.





REQUIRED CAPABILITIES:



The Government requires One-time buy, Delivery and Installing of one (1) Hearing Booth for Reynolds Army Health Clinic (RAHC), Fort Sill, Oklahoma 73503 that must be approved by the American National Standard Specification, (ANSI) standard S1.11, mandated by the United States Department of Labor, Occupational Safety and Health Administration (OSHA) for military use and VA Hospital use. Hearing booths that are used by the US military are regulated in DODI 6055.12 and must meet ANSI Standard S1.11.





The intent of this Sources Sought is to assess the state-of-the art of the technology available in Hearing Booth products that could be applied to meet this requirement. The Government envisions a solution for Hearing Booth that meets the following operational and program requirements: Salient characteristics below:





Must meet or exceed the Salient characteristics;



1. The RE-140 Hearing Booth (Brand name or equal):



a. Must have a Single Wall Design.



b. Must be Pre-wired Jack Panel with Cable Pass-thru.



c. Must have an Acoustic Floor.



d. Must be Switch-activated with an LED Illuminations System.



e. Must be Acoustically Engineered with Roof-mounted Ventilation.



f. Must have a Sound Secure Patient Viewing Window.



g. Features carpeting with Cove Base Trim.



h. Must have Hospital-grade Recessed Electrical Devices.





GSI AudioStar Pro (Brand name or equal):



a. Must have a frequency range of, 125-8K; 250-8K(BC).



b. Must have features: wave files recorded speech tests.



c. Must have features: fine frequency testing.



d. Must have customer startup settings.



e. Must have Special tests: SISI; ABLB; and tone decay.



f. Features: GSI Suite for data transfer, reporting and counseling.



g. Must have ASP Config for instrument programming.





Qualification. The one (1) Hearing Booth must be qualified and demonstrate compliance to the required standards and salient characteristics listed above . This includes, but is not limited to compliance with American National Standard Specification, (ANSI) standard S1.11, mandated by the United States Department of Labor, Occupational Safety and Health Administration (OSHA) for

military use and VA Hospital use. . Proof of qualification should be addressed in the response.





SUBMISSION DETAILS





Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release.





Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Shenecqua Soares, in either Microsoft Word or Portable Document Format (PDF), via email shenecqua.n.soares.civ@health.mil no later than 1000 am. central standard time on 5 March 2024 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.





If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.





All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.





If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements




Attachments/Links
Contact Information
Contracting Office Address
  • MEDICAL READINESS CONTR OFFICE WEST 3160 MCINDOE BLDG1103
  • JBSA FT SAM HOUSTON , TX 78234-4504
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2024 09:54 am CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >