Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 22, 2025 SAM #8517
SOLICITATION NOTICE

61 -- BATTERIES (HEARING AIDS AND OTHER ASSOCIATED DEVICES)

Notice Date
3/20/2025 12:09:25 PM
 
Notice Type
Presolicitation
 
NAICS
335910 —
 
Contracting Office
COMMODITIES & SERVICES ACQUISITION SERVICE (36C791) DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
36C79125R0003
 
Response Due
4/4/2025 2:00:00 PM
 
Archive Date
04/19/2025
 
Point of Contact
John Overstake, Phone: 7204972304, Dustin Dallis, Phone: 3032736223
 
E-Mail Address
john.overstake@va.gov, dustin.dallis2@va.gov
(john.overstake@va.gov, dustin.dallis2@va.gov)
 
Description
This is a Presolicitation Notice announcing the Government�s intention to solicit proposals from industry for a variety of battery types for hearing aids and other medical devices at a future date to be determined. The Department of Veterans Affairs (VA) Denver Logistics Service (DLS) and Commodities Services and Acquisition Service (CSAS), located at 555 Corporate Circle, Golden, Colorado, 80401, intends to issue single or multiple awards of indefinite-delivery / indefinite-quantity (IDIQ), firm fixed price (FFP) contracts for batteries at a future date to be determined. The VA DLS and CSAS are in the final acquisition planning phase of the batteries procurement in support of the Veterans Health Administration (VHA) objective to ensure availability and consistency of products and services for the nationwide distribution of batteries and to leverage economies of scales to achieve the best value to the Government. The award of IDIQ, FFP contracts to multiple Offerors is contemplated to provide the necessary coverage to supply batteries of various types and sizes to power hearing aids and other associated medical devices required within the VA to support the nation�s eligible veteran patients, hospitals, clinics, and other Government agencies. The resultant contracts are anticipated to cover the VA�s national batteries requirements for a one-year base period of performance and four, one-year option year periods of performance starting on September 1, 2025 and running through August 31, 2030 if all option periods are exercised. Various types and sizes of batteries will be ordered by the VA DLS on an as needed basis and in such quantities as needed to fill agency requirements. Procured batteries will be for delivery to the VA DLS in Golden, CO, on a F.O.B. destination basis. The successful Offeror(s) will be obligated to deliver all items that may be ordered during the term of the resultant contract(s) and with in the terms and conditions of the agreed upon delivery schedule. The Government is NOT soliciting any responses from interested parties to this Presolicitation Notice. This batteries acquisition is NOT a set aside for small businesses or any small business socioeconomic programs. The batteries in this requirement are readily available in the commercial market and are widely used for applications other than the Government�s needs. The batteries in this requirement fit the definition of a commercial items at FAR 2.101. The batteries in this requirement will range in various sizes and types including, but is not limited to, alkaline, lithium, NIMH, and zinc air batteries. The batteries offered to the Government must meet the applicable two-step ANSI standards and packaging shall be in compliance with Reese�s Law for button cell and coin cell batteries. This procurement is assigned NAICS code 335910, Primary Battery Manufacturing. The business size standard for NAICS code 335910 is 1,250 employees. The Product Service Code (PSC) is 6135 for the non-rechargeable batteries and PSC 6140 for the rechargeable batteries. This portion of the batteries procurement is being conducted under unrestricted competitive procedures (e.g., Full and Open Competition) and the Government intends to solicit proposals from industry, conduct evaluations and source selection processes, and subsequently award multiple IDIQ, FFP contracts on a per battery type or per Contract Line Item Numbers (CLINs) basis following a Lowest Price Technically Acceptable (LPTA) source selection process. Successful Offeror(s) may be awarded multiple contracts and/or awarded multiple CLINs or battery types.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e3fad93b275f4d68b957045896e9f021/view)
 
Place of Performance
Address: Golden, CO 80401, USA
Zip Code: 80401
Country: USA
 
Record
SN07379972-F 20250322/250320230052 (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!  © 1994-2024, Loren Data Corp.