6515--Hearing Aid Parts and Accessories (HAPA) Commercial (VA-26-00029750)
Sol #36C79126R0003Combined Synopsis/Solicitation
General
Organization:
COMMODITIES & SERVICES ACQUISITION SERVICE (36C791)Department:
VETERANS AFFAIRS, DEPARTMENT OFNext Response Deadline:
May 1, 2026(America/Denver)
Posted:
Apr 2, 2026Modified:
Apr 13, 2026Archive:
N/AClassification
NAICS:
Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)
Product Service Code (PSC):
MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES(6515)
Set-Aside:
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)(SDVOSBC)
Place of Performance
National Acquisition Center Commodities and Services Acquisition Service, Denver Logistics Service 555 Corporate Circle, Golden CO, UNITED STATES - 80401
Point of Contact
Description
This is a combined synopsis and solicitation for requests for proposals on warehouse support services.
The Department of Veterans Affairs (VA) Commodities and Services Acquisition Service (CSAS) and the Denver Logistics Service (DLS) manage holistic supply chain management for the VA National Audiology, Prosthetics, and Telehealth Programs and supports VA and other Government agencies with professional acquisition and logistical services. The Department of Veterans Health Administration (VHA) National Audiology and Speech Pathology Service Program Office (ASPS) has identified the need to procure commercial non-proprietary hearing aid parts and accessories for prescribed customer Hearing Aids through CSAS and the DLS to meet Veteran Patient Care needs. One of the goals of VHA, is to standardize the Veteran care process to obtain user uniformity and quality service/products.
NAICS: 334510 Hearing Aids, Electronics, and Manufacturing
PSC: 6515 Medical and Surgical Instruments, Equipment, and Supplies
Estimated Value: $6.8 million for base plus four-year option periods
The VA intends to award up to two (2) firm fixed-price, Indefinite-Delivery, Indefinite-Quantity (IDIQ) contracts. The resulting award will consist of a one-year (1) base with four (4) option years. Any award will be based on Lowest Price Technically Acceptable (LPTA). This requirement will be solicited as a other than Full and Open Competition. This procurement will be a Total Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside that will consider price, technical acceptability, and past performance in the award decision; these evaluation factors are subject to change. Final evaluation factors will be defined in the solicitation. Prospective offerors are encouraged to register their interest in the solicitation on the Contract Opportunities website to receive notifications of any solicitation and/or amendments postings.
Questions concerning this announcement should be directed to the Contracting Officer (CO): Bradley Geghan and who can be contacted at Bradley.geghan@va.gov or the Contract Specialist (CS): Bryan Crist who can be contacted at bryan.crist@va.gov.
AI Analysis
Scope
Hearing AidsSupply Chain ManagementLogistical ServicesVeteran CareMedical EquipmentProstheticsTelehealth
Ceiling Value: $7
Pricing Model: firm fixed-price
Contract Structure: Indefinite-Delivery, Indefinite-Quantity (IDIQ)
Timeline Details
Period of Performance: 1 year base with 4 option years
Risk Factors
- Competition may be limited due to SDVOSB set-aside
- Potential changes in evaluation factors
- Dependence on technical acceptability for award
- Market fluctuations affecting pricing
- Compliance with VA standards and requirements
Attachments
loading files....Files
- ATTACHMENT 7 _ Past Performance Questionnaire.pdf
- ATTACHMENT 6 - Contractor Discrepancy Report.pdf
- ATTACHMENT 5 - Key Points of Contact.docx
- ATTACHMENT 4_ABBREVIATIONS AND DEFINITIONS.pdf
- ATTACHMENT 3 - HAPA QASP.pdf
- ATTACHMENT 2_Parts and Accessories List.xlsx
- ATTACHMENT 1_DLC Hearing Aid Accessory Naming SOP.pdf
- 0-List of Attachments.pdf
- S02-36C79126R0003.pdf
- 36C79126R0003_2.docx