Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2026 SAM #8825
SOURCES SOUGHT

65 -- COMPREHENSIVE VESTIBULAR TESTING SYSTEM. ""BRAND NAME OR EQUAL TO NATUS IAW SOW"". OEM LETTER FROM THE MANUFACTURER IS REQUIRED. IF NO OEM LETTER VENDOR WILL BE CONSIDERED NONRESPONSIVE.

Notice Date
1/22/2026 10:12:01 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24526Q0246
 
Response Due
1/30/2026 9:00:00 AM
 
Archive Date
02/06/2026
 
Point of Contact
Mohsin Abbas, Contract Specialist
 
E-Mail Address
Mohsin.Abbas2@va.gov.
(Mohsin.Abbas2@va.gov.)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: COMPREHENSIVE VESTIBULAR TESTING SYSTEM FOR BALTIMORE VAMC BRAND NAME OR EQUAL TO NATUS IAW SOW SEE DETAILS IN THE SOW. ** OEM DISTRIBUTOR/AUTHORIZATION LETTER FROM THE MANUFACTURER IS REQUIRED FOR ALL RESPONSES, IF NO OEM LETTER IS SUPPLIED THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE & THE VENDOR WILL BE DIS-QUALIFIED AT THE TIME RFI WILL CLOSE ** . ** MUST COMPLETE THE BUY AMERICAN CERTIFICATE - FAR 52.225-2 ** ** MUST ANSWER ALL THE FOLLOWING QUESTIONS (FROM 1 TO 14) TO QUALIFY FOR THIS SOLICITATION ** ** IF THE VENDOR DON T PROVIDE THE ANSWERS FOR ALL THE FOLLOWING QUESTIONS (1-14). ** THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE & VENDOR WILL BE DISQUALIFIED AT THE TIME RFI WILL CLOSE **. This is a requirement for: U.S. Department of Veterans Affairs VA Medical Center (VAMC). DESCRIPTION: The BaltimoreVAMC requires the contractor to deliver within 60 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Baltimore VA Medical Center WAREHOUSE/ATTN: 10 North Greene Street Baltimore, MD 21201. DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Note: The contractor shall deliver the required commodities (Please see attachments) no later than 60 days or less from the date of the award, otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm at the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. The information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. ** MUST ANSWER ALL THE FOLLOWING QUESTIONS (FROM 1 TO 14) TO QUALIFY FOR THIS SOLICITATION ** IF THE VENDOR DON T PROVIDE THE ANSWERS FOR ALL THE FOLLOWING QUESTIONS (1-14). ** THE VENDOR WILL BE CONSIDERED NON-RESPONSIVE & VENDOR WILL BE DISQUALIFIED AT THE TIME RFI WILL CLOSE**. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer or distributor of the items being referenced above? Must provide the Manufacture Name (OEM) & Manufacturer Part (MPN). Must complete the Buy American Certificate. FAR 52.225-2. If you are not a manufacturer. The company shall provide an OEM authorized distributor or reseller letter from original equipment manufacturers (OEM) to qualify for this requirement. If no OEM letter will be provided. The vendor will be considered nonresponsive, and the vendor will be disqualified at the time source sought notice (RFI) will close. Does all the items are on FSS/GSA. If the answer is yes. Please provide the FSS/GSA Contract Number and special item number (SIN) & OEM Letter from the Manufacturer that you are authorized to sell this product. Does all the items are on NAC/SAC or SEWP V. Please provide the contract number. Please provide general pricing for your products/solutions for market research purposes. Legal Business/Company Name (as it is indicated in https://sam.gov ). Unique Entity ID UEI (SAM). Warranty Information (Can be a separate attachment). Point of Contact Name, Telephone number and email address. Must provide the estimated delivery time frame after award. For example: Within 60 days ARO, Within 90 days ARO. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Friday, January 30, 2026, by 12:00 PM (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After reviewing the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. STATEMENT OF WORK COMPREHENSIVE VESTIBULAR TESTING SYSTEM VA MARYLAND HEALTH CARE SYSTEM BALTIMORE, MD PURPOSE: The VA Maryland Health Care System is seeking to procure one (1) comprehensive vestibular testing system in order to treat veteran patients at the Baltimore VA Medical Center. The current testing system utilized at the Baltimore VA is no longer in service and has reached its end of life, making this an emergency procurement. If this replacement is not purchased, we will have to continue cancelling patients and will not be able to serve our veterans. This will result in our veteran patients not receiving proper care and will have to travel to another hospital for proper care. The primary function of a vestibular testing system is to perform a series of non-invasive diagnostic procedures to assess the function of the vestibular system within the inner ear. With these systems, we are able to diagnose balance and dizziness disorders by monitoring the brain, eyes, and muscles to maintain balance and spatial awareness. This procurement will account for the vestibular system, the associated software, a TV, installation, and if deemed necessary an air caloric. An air caloric is critical for vestibular testing by evaluating the function of the lateral semicircular canals to determine the degree of vestibular responsiveness. The current air caloric system is not compatible with all vestibular systems available on the market and will soon be reaching its end of life in 2028. Key criteria include system size, portability and test protocols. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The contractor shall deliver the system to the Baltimore VA Medical center. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the vestibular testing system to be successfully installed and validated to their full potential. The contractor shall include accessories and consumables that have been detailed in the provided quotes. SALIENT CHARACTERISTICS: Please note, all items listed below must be technically equivalent to or exceed the ICS Dizcovery System, AirCal, and Duet system. One (1) Vestibular Testing System (ICS Dizcovery System) Manufacturer: Natus Model: ICS Dizcovery System System must have an operating system that has at least 64 bits and works on widows 10 pro and above. System must have a memory of at least 8 gb, and a disk space of at least 250 gb. System monitors must have a screen resolution of at least 1600 x 900 at 100% dpi. System goggles must include at least two small cameras for patient eye movement records. System goggles must have fixation leds for caloric testing. System goggles must shield the light emitted on the leds from the patient. System goggles must include indicator lights, one on each side of the goggles. System goggles must include disposable foam cushions. System goggles must have an eye movement resolution of at least 0.22 degrees. System goggles must be no larger than 6.8 in x 7.3 in x 4.8 in (lxwxh). System goggles must have color-coded nystagmus beats. System goggle wavelength must be at least 650 nm (+20 nm) System goggles must weigh no more than 395g. System goggle sampling rate must be at least 60 fps. System top mount goggles must have an eye movement resolution of at least 0.3 degrees. System top mount goggles must weigh no more than 345g with the cover. System must include a remote control. One (1) AirCal System (1079 AirCal Caloric Stimulator) Manufacturer: Natus Model: 1079 AirCal Caloric Stimulator System must have a recording window of at least 150 ms. System must have the capability to monitor vemp within the abr system. System tests should include, but not limited to, ecochg, abr, mlr, and llr/cae. System PC should be no larger than 15 x 12.6 x 2.2 inches. System weight should be no larger than 5.5 lbs. Excluding accessories. System must be able to mask white noise, and a noise level up to 125 db. System level must be between the range of 20 140 db pespl. System tone burst frequency must include, but not limited to, the following: 250, 500, 750, 1000, 1500, 2000, 3000, and 4000 hz. System tone burst stimulation time must reach up to 780 ms. System stimulus rate must function within the range: 0.1 200 per second. System must include the option of a mobile cart. One (1) ABR testing system (DUET 2) Manufacturer: Intelligent Hearing Systems Model: DUET 2 System Must Be Able to Cool Air Down To At Least 20 Degrees C. System Must Be Able to Heat Air Up To 50 Degrees C. System Must Have an Air Flow Stability Within + 0.5 L/Min. System Must Have a Self-Containing Cooling Ability. Systems Must Be Able to Integrate with The VNG System. System Must Have Accuracy Of At Least + 0.4 Degrees C. System Weight Must Be No Greater Than 18 Lbs. System Must Have a Quiet Setting That Reaches At Least 49 Db. System Must Be Able To Reach 50 Degrees C From 40 Degrees C In 3 Minutes or Less. System Air Flow Rate Must Have a Range Of At Least 4-10 L/Min. System Must Have Otoscope Speculums Of At Least 2.75mm and 4.25mm In a Single Use. System Must Have the Ability to Deliver Audible and Visual Cues During Testing. System Size Must Be No Greater Than 13.5 In X 12 In X 4in (Wxdxh). Accessories IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Assembly of devices and validation. All materials required to assemble the vestibular testing system shall be provided by the contractor. The contractor will deliver the following quantities of the vestibular testing system and accessories, based on the proposed quote provided during market research, to the addresses below: Baltimore VA Medical Center, 10 North Green Street, Baltimore, MD 21201 (8-04-16400) 1091, ICS Dizcovery System (8-49-98401) License, ICS Dizcovery Pro Plus (045657) 1091, ICS Dizcovery Universal Face Cushion (Qty 40) (045653) 1091, ICS DIZCOVERY CRADLE (8-04-13310) 1079 AirCal Caloric Stimulator (Standard length - 3m), US only Notebook Computer Minimum Specifications: Windows 32- or 64-bit Computer with 4GB RAM (M011007A) DUET 2 Channel AEP base Unit. (M811000) Smart EP Software - required for EP operation (M015302) ER3C Insert Earphones (300 ohms) (M015053) DD45-300 Headphones (300 ohms) (M014404) Bone Vibrator (B-81) (Bone, Cable and Adult Headband) (M010332) DUET 5 Electrode Leads Patient Cable (M999000) Compact cart for the HIS Duet EP system ""(M998606) 120V Isolation Transformer Compact 500 Watts (for Mobile Cart)"" (M998701) Printer - B&W Laser. (025311) AUD TRAINING-1/2 DAY (M998451) SYSTEM ON-SITE TRAINING - ONE DAY (US ONLY) Accessories. The vendor will assemble all quantities of the vestibular testing system and etc. TRAINING The contractor shall provide onsite training for all VAMHCS staff that require training. DELIVERY The contractor shall deliver necessary equipment to the Baltimore facility as required in the quantities specified above. The contractor must give VAMHCS staff 3 weeks notice of shipment and delivery of the vestibular testing system and accessories. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR with a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR with a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Delivery compilation of all manufacturers recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff, facilities and engineering staff, and the biomedical engineering staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precautions against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum the vestibular testing system must include a 1-year warranty on all parts and labor at no cost to the Government. Additional years are highly recommended as added value to the government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over-the-phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. 12. Period Of Performance: Delivery is expected within 60 days ARO. 13. Contract Type: Firm-Fixed Price. 14. Evaluation Factors: Brand name or equal to Natus IAW SOW. OEM distributor/authorization letter from the manufacturer is required for all quoters, if no OEM letter is supplied the quoter will be considered non-responsive and vendor will be disqualified at the time RFI will close, Must complete the Buy American Certificate (FAR 52.225-2), included in the solicitation. Agency s intention to provide price preference for domestic end products. The offerors who will provide domestic end products will receive a price preference in evaluation for award. Buy American Supplies (FAR 52.225-1), included in the solicitation. Price. LINE - ITEM DESCRIPTION BRAND NAME OR EQUAL TO NATUS IAW SOW COMPREHENSIVE VESTIBULAR TESTING SYSTEM B.1 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ 1091 ICS DIZCOVERY SYSTEM ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 8-04-16400 LOCAL STOCK NUMBER: 8-04-16400 0002 1.00 EA __________________ __________________ LICENSE ICS DIZCOVERY PRO PLUS ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 8-49-98401 LOCAL STOCK NUMBER: 8-49-98401 0003 1.00 PG __________________ __________________ 1091 ICS DIZCOVERY UNIVERSAL FACE CUSHION (QTY40) ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 045657 LOCAL STOCK NUMBER: 045657 0004 1.00 EA __________________ __________________ 1091 ICS DIZCOVERY CRADLE ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 04563 LOCAL STOCK NUMBER: 04563 0005 1.00 EA __________________ __________________ 1079 AIRCAL CALORIC STIMULATOR (STANDARD LENGTH-3M) US ONLY ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 8-04-13310 LOCAL STOCK NUMBER: 8-04-13310 0006 1.00 EA __________________ __________________ AUD TRAINING-1/2 DAY ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): 025311 LOCAL STOCK NUMBER: 025311 0007 1.00 EA __________________ __________________ NOTEBOOK COMPUTER MINIMUM SPECIFICATIONS: WINDOWS 32- OR 64-BIT COMPUTER WITH 4GB RAM ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M998201 LOCAL STOCK NUMBER: M998201 0008 1.00 EA __________________ __________________ DUET 2 CHANNEL AEP BASE UNIT ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M011997A LOCAL STOCK NUMBER: M011997A 0009 1.00 EA __________________ __________________ SMART EP SOFTWARE- REQUIRED FOR EP OPERATION ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M811000 LOCAL STOCK NUMBER: M811000 0010 1.00 EA __________________ __________________ ER3C INSERT EARPHONES (300 OHMS) ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M015302 LOCAL STOCK NUMBER: M015302 0011 1.00 EA __________________ __________________ DD45-300 HEADPHONES (300 OHMS) ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M015053 LOCAL STOCK NUMBER: M015053 0012 1.00 EA __________________ __________________ BONE VIBRATOR (B-81) (BONE, CABLE AND ADULT HEADBAND) ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M014404 LOCAL STOCK NUMBER: M014404 0013 1.00 EA __________________ __________________ DUET 5 ELECTRODE LEADS PATIENT CABLE ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M010332 LOCAL STOCK NUMBER: M010332 0014 1.00 EA __________________ __________________ COMPACT CART FOR THE HIS DUET EP SYSTEM ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M999000 LOCAL STOCK NUMBER: M999000 0015 1.00 EA __________________ __________________ 120V ISOLATION TRANSFORMER COMPACT 500 WATTS (FOR MOBILE CART) ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M998606 LOCAL STOCK NUMBER: M998606 0016 1.00 EA __________________ __________________ SYSTEM ON-SITE TRAINING- ONE DAY (US ONLY) ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M998451 LOCAL STOCK NUMBER: M998451 0017 1.00 EA __________________ __________________ PRINTER- B&W LASER ""BRAND NAME OR EQUAL TO NATUS IAW SOW"" CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 339112 - Surgical and Medical Instrument Manufacturing PRODUCT/SERVICE CODE: 6515 - Medical and Surgical Instruments, Equipment, and Supplies MANUFACTURER PART NUMBER (MPN): M998701 LOCAL STOCK NUMBER: M998701 GRAND TOTAL __________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/9c6cb8b896464bc08c3dca9df9002e0e/view)
 
Place of Performance
Address: Baltimore VA Medical Center 10 North Greene Street Baltimore, MD 21201
 
Record
SN07694792-F 20260124/260122230046 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2026, Loren Data Corp.