SOLICITATION NOTICE
65 -- Verifit VF-2
- Notice Date
- 3/5/2026 11:58:09 AM
- Notice Type
- Presolicitation
- NAICS
- 334510
— Electromedical and Electrotherapeutic Apparatus Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FREDERICK MD 21702 USA
- ZIP Code
- 21702
- Solicitation Number
- 12342277
- Response Due
- 3/6/2026 1:00:00 PM
- Archive Date
- 03/21/2026
- Point of Contact
- Gerrie Johnson
- E-Mail Address
-
gerrie.m.johnson.civ@health.mil
(gerrie.m.johnson.civ@health.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- NOTICE OF INTENT TO SOLE SOURCE: The Defense Health Agency Contracting Activity, Healthcare Contracting Division- Southeast (HCD-Southeast) intends to negotiate on a sole source basis (FAR 12.102(a)), soliciting from a single source. The proposed source is E3 DIAGNOSTICS, INC. (Cage Code: 3X391), 3333 N Kennicott AVE, Arlington Heights, IL 60004-1429. The Defense Health Agency Contracting Activity HCD-Southeast has a requirement Verifit VF-2 with the NOAH module (Audioscan equipment) to include service, software, warranty, and maintenance to ensure the accurate fitting and adjustment for hearing aids for use in the Ear, Nose, and Throat Department for evaluation of patient's hearing aids. The Hearing Aid Verification System is a Programmable Electrical Medical System (PEMS). The system consists of a real-ear measurement (REM) display unit, a hearing instrument test (HIT) acoustically treated binaural test box, and numerous attachable components. It is intended to be used by hearing care professionals to objectively verify the electro-acoustic performance of a hearing instrument connected to a standard earphone coupler or while worn on the ear of the end user. The Ear, Nose, and Throat Department located at Naval Medical Center Camp Lejeune (NMCCL). Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334510. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Gerrie Johnson at Gerrie.m.johnson.civ@health.mil . Closing date for challenges is no later than 4:00 PM Eastern Standard Time (EST) 06 March 2026. No phone calls will be accepted. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bc169c8be5ec4b52808002ea6e457d55/view)
- Place of Performance
- Address: Camp Lejeune, NC 28547, USA
- Zip Code: 28547
- Country: USA
- Zip Code: 28547
- Record
- SN07736220-F 20260307/260305230049 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |