Search Contract Opportunities

Recorder Physiologic Evoked Potential Auditory (ABR) Equipment

ID: FA282325Q0080 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Popular Questions:
Generate a draft:
Loading

Description

This is a combined synopsis/solicitation for commodities prepared in accordance with the format in FAR 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.

This is a competitive Request for Quote (RFQ) and the solicitation number for this requirement is FA2823-25-Q-0080. The Operational Contracting Division, Air Force Test Center at Eglin, AFB, Florida, requires Recorder Physiologic Evoked Potential Auditory (ABR) Equipment (Vivosonic Integrity V500) or Equal. Proposal must be in line with Atch. 2, Salient Characteristics and Atch. 3, Requirements List both, dated 28 Aug. 2025. This acquisition is under Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, FAR Part 13, Simplified Acquisition Procedures, as supplemented. This procurement will be conducted as a 100% Small Business set- aside. Award will be made to the lowest priced, responsible Offeror whose offer conforms to all solicitation requirements, such as terms and conditions, representations and certifications, and technical requirements. A firm fixed price contract will be awarded. There will be no advance payments.

The North American Industry Classification System code (NAICS) 339112, Surgical and Medical Instrument Manufacturing with a small business size standard of 1,000 employees. Please identify your business size in your response based upon this standard. Product Service Code (PSC) 6515 Medical and Surgical Instruments, Equipment, and Supplies.

The Offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers.

The Government is not responsible for any costs incurred or associated with preparation and submission of an offer in response to this solicitation. NO OFFERORS WILL BE COMPENSATED FOR SUBMITTING AN OFFER.

REQUIREMENT: This requirement is for one (1) Recorder Physiologic Evoked Potential Auditory (ABR) Equipment (Vivosonic Integrity V500) or Equal. Any equal product offered must meet or exceed all functional continuity.

FOB Destination Shipping Requested.

BASIS FOR AWARD : In accordance with FAR 13.106-1(a)(2)(i) the offerors will be evaluated on a BEST VALUE basis and the award will be made to the responsible quoter whose quote, conforming to the solicitation represents the best value to the government. In no particular order of significance, the following factors shall be used to evaluate quotes:

  1. Technical capability of the item offered to meet the government's requirement
  2. Price
  3. Supplier Performance Risk System (SPRS) Rating (IAW DFARS 252.204-7024)

EVALUATION PROCESS:

Award shall be made to the offeror providing the best value to the Government, as determined under FAR Part 13.106-2(b) (Evaluation of Quotations or Offers). The government is not obligated to determine a competitive range, conduct discussions, solicit final revised quotes, or use other techniques associated with FAR Part 15. Please read each section below carefully for the submittals and information required as part of the evaluation. Failure to provide all requested information shall be considered non-compliant and your quote could be removed from the evaluation process. Award will be made to the responsible offeror whose conforming offer is most advantageous to the Government, considering price and other factors.

The following factors shall be used to evaluate offers:

  1. Price (Follow these instructions):

Offerors must submit firm-fixed price quotations that meet the requirements in this RFQ, including all information as defined in this Contract Line-Item Number (CLIN) description.

  • CLIN 0001: (FIRM-FIXED PRICE) Recorder Physiologic Evoked Potential Auditory (ABR)- Equipment; Software License; Installation
  1. Technical Evaluation:

Offerors will be evaluated on their ability to provide the requested items. Due to the critical performance capabilities, integration compatibility, and alignment with existing hospital equipment. Any equivalent product must meet or exceed all functional, technical, and environmental specifications outlined in attached Atch. 2, Salient Characteristics and Atch. 3, Requirements List, dated 28 Aug. 2025 to ensure clinical efficacy and operational continuity. The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.

If any portion of this work will be subcontracted, please provide the name and address of each subcontractor and a description of their planned contribution.

SUBMISSION REQUIREMENTS

In accordance with FAR 52.212-1(b)(4), offerors are reminded that as a minimum, offers must show a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary.

Offerors are expected to include all labor, materials, equipment, and training necessary for a fully operational Recorder Physiologic Evoked Potential Auditory (ABR) Equipment (Vivosonic Integrity V500) or Equal including hardware, software, training and installation if required.

The government will not accept refurbished/used equipment.

Offers must list CAGE code, Company name, POC, and phone number. If you need to obtain or renew a CAGE code, please visit https://sam.gov/. Lack of registration in SAM database will make an offeror ineligible for award. Vendor must also be registered in Wide Area Work Flow to receive payment through electronic funds transfer. If you are not currently registered, please visit the following website https://wawf.eb.mil/ to complete your registration.

Offerors must submit quotations for all items listed. Partial offers will not be considered for award. Offerors company generated quotes will be accepted but must include all requested information with in the RFQ.

DEADLINE : Offers/Quotes responses are due NO LATER THAN 11:00 A.M. (CST) ON Monday, 8 Sept. 2025. Direct all questions concerning this requirement to Contract Specialist, JaTyler Gary (jatyler.gary.1@us.af.mil) and Contracting Officer, Wilma "Kat" Snider (wilma.snider@us.af.mil)

Attachments: The following documents are included with this RFQ:

    • Attachment 1- Provisions and Clauses
    • Attachment 2- Salient Characteristics
    • Attachment 3- Requirements List

In accordance with Attachment 1, FAR/DFARS provisions and clauses are applicable to this solicitation: It is the firm's or individuals' responsibility to be familiar with applicable provisions and clauses. All FAR Provisions and Clauses may be viewed in full text at the Federal Acquisition Regulation Table of Contents via the Internet https://www.acquistion.gov.

Background
The Operational Contracting Division, Air Force Test Center at Eglin AFB, Florida, is issuing this solicitation for the procurement of Recorder Physiologic Evoked Potential Auditory (ABR) Equipment (Vivosonic Integrity V500) or an equivalent product. The goal of this contract is to acquire advanced auditory diagnostic systems that are capable of performing comprehensive auditory assessments across various age groups, from neonates to adults. This acquisition aims to support the mission of providing high-quality medical equipment for clinical use.

Work Details
The requirement is for one (1) Recorder Physiologic Evoked Potential Auditory (ABR) Equipment (Vivosonic Integrity V500) or Equal. The system must meet or exceed the following salient characteristics:

1. **General Requirements**:
- Prescription-grade auditory diagnostic system intended for professional clinical use.
- Capable of performing comprehensive auditory assessments across the human lifespan.

2. **Test Modalities**:
- ABR (Auditory Brainstem Response)
- ASSR (Auditory Steady-State Response)
- ECochG (Electrocochleography)
- 40 Hz Event-Related Potentials
- TEOAE (Transient Evoked Otoacoustic Emissions)
- DPOAE (Distortion Product Otoacoustic Emissions)

3. **Hardware Requirements**:
- Wireless data acquisition unit with a minimum 30 ft transmission range.
- Electrode-mounted preamplifiers for in-situ amplification.
- Support for single-channel and dual-channel electrode configurations.
- Dedicated laptop with Windows 10/11 and ABR software preinstalled.
- Includes insert earphones, bone conductor, OAE probes, and ECochG electrode ear tip cable.

4. **Software Requirements**:
- Adaptive processing with Kalman-weighted averaging.
- Noise-tolerant acquisition without discarding sweeps.
- Confidence graphs, waveform repeatability displays, latency-intensity plots, Wave V Norms, and waveform smoothing capabilities.

5. **Performance Requirements**:
- Click stimuli up to 99 dB nHL, tonebursts up to 105 dB nHL, chirps up to 111 dB nHL.
- Adjustable filters: High-pass: 30–300 Hz; Low-pass: 300–3000 Hz.
- Recording window of 0–120 ms measuring latencies, interpeak intervals, amplitude ratios, and correlation coefficients.

6. **Clinical & Operational Requirements**:
- Enable sedated and non-sedated ABR testing in infants and children.
- Operable in noisy environments without requiring a shielded sound booth.
- Support tele-audiology applications via wireless operation and battery-powered operation lasting at least 6 hours per charge.

Overview

Response Deadline
Sept. 8, 2025, 12:00 p.m. EDT Past Due
Posted
Sept. 4, 2025, 11:39 a.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Eglin AFB, FL 32542 United States
Source

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Signs of Shaping
The solicitation is open for 4 days, below average for the Air Force Test Center. 87% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 9/4/25 Air Force Test Center issued Synopsis Solicitation FA282325Q0080 for Recorder Physiologic Evoked Potential Auditory (ABR) Equipment due 9/8/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 339112 (SBA Size Standard 1000 Employees) and PSC 6515.
Primary Contact
Name
Wilma “Kat” Snider   Profile
Phone
(850) 882-9120

Secondary Contact

Name
JaTyler Gary   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation FA282325Q0080

Opportunity Assistant


AI Analysis

AI Generate

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation FA282325Q0080

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation FA282325Q0080

Experts for Recorder Physiologic Evoked Potential Auditory (ABR) Equipment

Recommended subject matter experts available for hire

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE TEST CENTER > FA2823 AFTC PZIO
FPDS Organization Code
5700-FA2823
Source Organization Code
500020393
Last Updated
Sept. 23, 2025
Last Updated By
wilma.snider@us.af.mil
Archive Date
Sept. 23, 2025