Loading...
HT941026N0058
Response Deadline
May 15, 2026, 5:00 PM(PDT)6 days
Eligibility
Contract Type
Special Notice
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE PURCHASE ORDER CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Healthcare Contracting Division - West (HCD-W), Echo Branch intends to negotiate and award a firm-fixed price purchase order (PO) contract for the provision of all services, materials, and equipment necessary to provide required V500 G2 Vivosonic Systems for Naval Medical Center, San Diego in accordance with Federal Acquisition Regulation (FAR) 6.302-1 Sole Source acquisitions and FAR 12.102 (a) only one source being available to meet the Government’s needs, to:
E3 Diagnostics, Inc
3333 N Kennicott Ave
Arlington Heights, IL 60004
UEI: C71LRUM2J2Y8
CAGE: 3X391
The North American Industry Classification System (NAICS) code for this requirement is 339112 – Surgical and Medical Instrument Manufacturing; the business size standard is 1,000 (# of employees). The Product Service Code (PSC) is 6515 - Medical and surgical instruments, equipment, and supplies
The requirement is for V500 G2 Vivosonic Systems contract for Naval Medical Center, San Diego. This wireless screening technology minimizes electrical interference and movement artifacts, allowing accurate hearing assessments even when the patients are awake or naturally sleeping. It is particularly beneficial for testing newborns, children, and other difficult-to-test patients.
Requirement Description Quantity
Delivery Location:
Naval Medical Center San Diego
34800 Bob Wilson Dr
San Diego, CA 92134
Delivery:
On or before: 9/30/2026
Based on market research and previous acquisition history, it has been determined that E3 Diagnostics, Inc is the only source that can meet the Government’s specialized requirement.
This notice of intent is not a request for competitive proposals, and no solicitation document exists for this requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed six (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. 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 or to proceed with a sole source purchase order.
If a vendor challenges the basis of this requirement, please email capability statements as a Microsoft Word or Adobe PDF attachment to Jason Willey at jason.d.willey.civ@health.mil and Denise Bond at denise.d.bond.civ@health.mil. The closing date for challenges is no later than 10:00 a.m. (Pacific Time), 15 May 2026.
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.
DEPT OF DEFENSE
DEFENSE HEALTH AGENCY (DHA)
DEFENSE HEALTH AGENCY HCD WEST
DEFENSE HEALTH AGENCY HCD WEST
2739T ROOSEVELT DRIVE
OFFICE 143, BUILDING H-201T
CAMP PENDLETON, CA, 92055
NAICS
Surgical and Medical Instrument Manufacturing
PSC
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES