Sources Sought
The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses interested and capable of providing items requested.
The intended contract is a firm-fixed price contract.
A SBA Non-Manufacturer Rule Waiver will not apply if this requirement is set-aside for small business. It does apply to all other socioeconomic small business categories.
Everette CBOC Audiology Booth
Potential contractors shall provide, at a minimum, the following information to Denise.Patches@va.gov.
1) Company name, address, and point of contact, phone number, e-mail address, and SAM UEI.
2) Please identify your company’s size in comparison to the anticipated North American Industry Classification System (NAICS) code 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing. This notice is to determine the marketplace for this specific requirement. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1,250 Employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the item listed below.
[ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB)
[ ] yes [ ] no Veteran Owned Small Business (VOSB)
[ ] yes [ ] no Small Business Manufacturers
[ ] yes [ ] no All other Small Business (SB)
[ ] yes [ ] no Other than Small Business
3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM).
4) Any Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.
5) Only authorized representatives/providers of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. ) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available).
6) This is a “brand name or equal” requirement . As such, the salient characteristics reflect the physical, functional, or performance characteristics that “equal” products must meet to satisfy the Government’s needs. To be considered for any potential solicitation, offers of “equal” products, including “equal” products of the brand name manufacturer, must: Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information.
- Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination.
- Please provide the country of origin.
It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at www.sam.gov or GSA eBuy.
Responses are due by 03/20/2025 10:00 AM PST, to the Point of Contact.
Point of Contact: Denise Patches Contract Specialist Denise.Patches@va.gov
STATEMENT OF WORK (SOW)
1. Contract Title.
Sound suite/Audio booth-Everett
2. Background.
Audiology does frequent hearing tests and requires quiet rooms to do this. Generally rooms aren’t quiet enough due to people talking in other rooms, car noise outside, etc. Booths are required to be very quiet to let us accurately and consistently test hearing.
3. Scope.
Purchase and install an audiology booth in Everett CBOC (220 Olympic Boulevard
Everett, WA 98203-1918) that will fit in pre-existing room. See specs attached as it must meet these requirements and fit in the room.
4. Specific Tasks.
Vendor will install equipment on site. Vendor will coordinate on install times and dates with Emily Hanson, Audiology Manager as well as CBOC on site staffing (Susan Rushing or equivalent on-site support).
Audiometric testing booth with 6 inch walls per spec list.
Custom size single 6”wall single audiometric testing booth. Prefabricated system consisting of all components specified in attached drawing. Components include: vibration isolation system, floor assembly, wall and roof panel assembly; acoustical door units; acoustical window units; assembly hardware including connecting panel joints; electrical and lighting wiring, components and fixtures, including audiometric jack panel system; silenced force air ventilation system or packaged air conditioning silencers for connection to building HVAC systems, paint and other specified finishes; dust seals/shields and closure strip. Acoustical door and frame assembly. Door shall include narrow light or full height insulated glass view window (configuration based on project/user preference). Raised sills, threshold drop seals, and sweep seals shall not be permitted.
Must have: Salient Characteristics
•Single or double wall Exam Room for Audiologic testing.
•Compliant with maximum permissible ambient noise levels per ANSI and OSHA specifications for Audiological testing.
•Full installation must be included
•Must fit in a current room the size of 26.66’ x 11.16’ in Everett CBOC
•Must be at least these dimensions:
Outside dimensions 6’2” x 5’3” x 7’9”
Inside Dimensions 5’6” x 4’7” x 6’6”
Floor area 32.38 sq. ft.
•Must include ramp
•Must Include window in door 20”W x 60”H
•Must Include hole for sprinkler
•Must be equipped with CSA-approved, pre-wired 120-volt recessed internal electrical, which includes both internal and external facing recessed hospital-grade duplex receptacles. Power is supplied via a power cord that can be connected to the customer’s 120-volt source.
•Must include an integrated silenced ventilation system.
5. Performance Monitoring (if applicable).
Emily Hanson (or Audiology representative) will be present at initial, during, and end of install.
6. Security Requirements.
The contractor employees shall not have access to VA sensitive or computer information and will not require routine access to VA Facilities. The contractor employees shall require intermittent access only and will be escorted by VA employees while at VA Facilities. No background investigation is required
7. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI).
N/A
8. Other Pertinent Information or Special Considerations. N/A
a. Identification of Possible Follow-on Work. N/A
b. Identification of Potential Conflicts of Interest (COI). N/A
c. Inspection and Acceptance Criteria. Emily Hanson (or Audiology representative) will complete final inspection.
9. Risk Control
Measures will be taken to reduce impact on patient care in the area as well as in the room.
10. Place of Performance.
Everett CBOC (220 Olympic Boulevard Everett, WA 98203-1918) Room 110
11. Delivery Schedule.
On or Before 31 July 2025