This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make no award from this solicitation. Â
This is a request for quote (RFQ), and the solicitation number is 36C25026Q0456. The Government anticipates awarding a firm-fixed price Purchase Order resulting from this solicitation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2026-01 effective 03/13/2026. The associated NAICS Code is 334510 Electromedical and Electrotherapeutic Apparatus Manufacturing.
The Department of Veterans Affairs, Network Contracting Office 10, is soliciting quotes from all sources to supply the Chalmers P. Wylie VA Ambulatory Care Center, Columbus Ohio, MADSEN Capella 2, DP+TE (combo) and accessories. This requested requirement must be compatible with our existing Audiometric Software Otosuite. The VA feels only the Natus Sensory (OEM) and their Authorized Service Disabled Veteran Owned Small Business (SDVOSB) Vendors can provide this requirement. Respondents to this solicitation must fully demonstrate their capability by supplying detailed quote information, along with any other documents necessary to support the requirements below.
Quotes are to be provided to Gina P. Crank, Contracting Officer, via email at gina.crank@va.gov, no later than April 13, 2026, by 5:00 PM EST. No telephone calls will be accepted. No submission received after the above-mentioned date and time will be accepted.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001
6.00
EA
$
$
OTOACOUSTIC EMISSIONS - MADSEN CAPELLA2 CP+TE (COMBO) REPLACEMENT - SEPG 203069 EER 278678 EIL 770 / EIL 242 MX1628530 / MX1628533 / MX1628534 / MX1628535 / MX687236 / MX1628547 / MX1628558 / MX1628557 / MX1628555 / MX1628548 / MX1628532 / MX1628549
LOCAL STOCK NUMBER: 8-04-15320
ACRN: 1
Requisition Number: 757-26-2-096-0199
Appropriation: 757-3660160-096-822800 Audiology and Speech Pa-3131 Medical, Dental and Scien-010044175
0002
6.00
EA
$
$
WALL MOUNT KIT
LOCAL STOCK NUMBER: 8-62-50300
ACRN: 1
Requisition Number: 757-26-2-096-0199
Appropriation: 757-3660160-096-822800 Audiology and Speech Pa-3131 Medical, Dental and Scien-010044175
0003
6.00
EA
$
$
STARTER KIT
LOCAL STOCK NUMBER: 8-69-42800
ACRN: 1
Requisition Number: 757-26-2-096-0199
Appropriation: 757-3660160-096-822800 Audiology and Speech Pa-3131 Medical, Dental and Scien-010044175
0004
1.00
EA
$
$
NEW PRODUCT INSTALLATION
LOCAL STOCK NUMBER: SVC99GO1
ACRN: 1
Requisition Number: 757-26-2-096-0199
Appropriation: 757-3660160-096-822800 Audiology and Speech Pa-3131 Medical, Dental and Scien-010044175
GRAND TOTAL
$
STATEMENT OF WORK (SOW)
Contract Number:
Task Order Number:
IFCAP Tracking Number:
757-26-2-096-0199
Follow-on to Contract and Task Order Number:
PROGRAM REQUESTOR/MANAGER).
Name:
Nicole Dixon
Section:
Supply Chain Management
Address:
420 N James Rd, Columbus OH 43219
Phone Number:
E-Mail Address:
Nicole.Dixon@va.gov
2. Contract Title. Otoacoustic Emissions
3. Background. This acquisition of the Otoacoustic Emissions Capella2 is an upgrade for the end-of-life replacement for a quantity of 6 existing Otoacoustic Emissions.
4. Scope. Otoacoustic Emissions - Capella2 is an advanced OAE system from Natus Sensory designed for objective and accurate assessment of cochlear function. It offers rapid, non-invasive testing including DPOAE and TEOAE with features like optimized in situ calibration, probe fit checks, and integration with OTOsuite software for improved workflow efficiency. The proposed vendor will provide all necessary travel, labor, equipment, configuration, installation, migration, testing, and training to replace the existing unit.
5. Specific Tasks.
Delivery and installation in the designated audiology testing area
Integration with existing computer system
Calibration and performance verification
Staff training (if required)
6. Performance Monitoring The Otoacoustic Emissions Capella2 will be inspected by HTM department upon arrival to the facility. Contractor shall provide a field service report upon completion of the work to HTM.
7. Security Requirements NA
8. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI) NA
9. Other Pertinent Information or Special Considerations NA
10. Risk Control NA
.
11. Place of Performance. Chalmers P Wylie Ambulatory Care Center
Audiology Department
420 N James Rd
Columbus OH 43219
12. Period of Performance. This requirement shall be installed within 90 calendar days from the date of contract award.
The 11 Federal Holidays observed by the Federal Government are:
New Year s Day January 1
Martin Luther King s Birthday 3rd Monday in January
Presidents Day 3rd Monday in February
Memorial Day Last Monday in May
Juneteenth Day June 19
Independence Day July 4
Labor Day 1st Monday in September
Columbus Day 2nd Monday in October
Veterans Day November 11
Thanksgiving Day 4th Thursday in November
Christmas Day December 25th
The President of the United States of America may declare additional days as a Federal holiday, and if so, this holiday will automatically be added to the list above. When a holiday falls on a Sunday, the following Monday shall be observed as a Federal holiday. When a holiday falls on a Saturday, the preceding Friday shall be observed as a Federal Holiday.
The following solicitation provisions apply to this acquisition:
FAR 52.212-1, INSTRUCTIONS TO OFFERORS COMMERCIAL ITEMS (SEP 2023)
FAR 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (OCT 2025)
Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.
The following contract clauses apply to this acquisition:
FAR 52.212-4, CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS (NOV 2023)
ADDENDUM to FAR 52.212-4 CONTRACT TERMS AND CONDITIONS COMMERCIAL ITEMS
Clauses that are incorporated by reference (by Citation Number, Title, and Date), have the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available.
The following clauses are incorporated into 52.212-4 as an addendum to this contract:
FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
FAR 52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN 2020)
FAR 52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2023)
FAR 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)
FAR 52.233-2 SERVICE OF PROTEST (SEPT 2006) - - Hand-Carried Address: Department of Veterans Affairs, Network Contracting Office 10, 2780 Airport Drive, Suite 340, Columbus, OH 43219
VAAR 852.203-70 COMMERCIAL ADVERTISING (MAY 2018)
VAAR 852.212-71 GRAY MARKET AND COUNTERFEIT ITEMS (FEB 2023)
VAAR 852.232-72 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (NOV 2018)
VAAR 852,233-70 PROTEST CONTENT/ALTERNATIVE DISPUTE RESOLUTION (SEP 2018)
VAAR 852.233-71 ALTERNATE PROTEST PROCEDURE (SEP 2018)
VAAR 852.246-71 REJECTED GOODS (OCT 2018)
VAAR 852.247-71 DELIVERY LOCATION (OCT 2018)
All quoters shall submit the following: A completed schedule with pricing, adequate documentation detailing the capabilities of the product.
All quotes shall be sent to the electronically via email to Gina P. Crank @ gina.crank@va.gov.
Award will be based upon a comparative evaluation of quotes in accordance with the Simplified Acquisition Procedures of FAR 13. Comparative evaluation is the side by side pairwise comparison of quotes based on factors resulting in a Contracting Officer decision for the quote most favorable to the Government.
The award will be made to the response most advantageous to the Government.
Responses should contain your best terms and conditions.
To facilitate the award process, all quotes must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
Quoters shall list exception(s) and rationale for the exception(s), if any.
Submission of your response shall be received not later than April 13, 2026 by 5:00 PM EST to gina.crank@va.gov
Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Point of Contact listed below.
Point of Contact
Gina P. Crank
Contracting Officer
Network Contract Office (NCO) 10
Office: 614-625-1236
Email: gina.crank@va.gov