Type 1 Sound level meters
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Defense Health Agency (DHA), specifically the Naval Medical Center Portsmouth, VA, is soliciting quotes for Type 1 Sound Level Meters. This is an unrestricted (full and open) solicitation, seeking a Firm Fixed-Price award for specific sound level meter components. Quotes are due by May 20, 2026, at 2:00 PM EST.
Scope of Work
This Request for Quotation (RFQ) is for the procurement of Type 1 Sound Level Meters and associated components. The requirement is for an "all or nothing" submission, based on "brand name or equal" salient characteristics. Key components include:
- 1/4 inch free-field condenser microphone (up to 167dB, compatible with SoundPro Class 1)
- 4200 XL Tripod
- 1" MIC/PREAMP FINISHED A-63B Adapter
- Quest Detection Management Software (DMS Full License Software CD)
- 1 inch pressure condenser microphone (requiring 058-376 adapter)
Contract Details
- Opportunity Type: Solicitation (RFQ)
- Contract Type: Firm Fixed Price
- Set-Aside: Unrestricted (Full and Open)
- NAICS: 334513 (Specialized Test And Handling Equipment, Nuclear Ordnance)
- Size Standard: 650 employees
- Place of Performance: Portsmouth, VA 23708, United States
- Delivery: FOB Destination, on or before June 30, 2026
Submission & Evaluation
Offers will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis. Evaluation factors, in order of importance, are:
- Technical Capabilities/Technical Approach: Requires an unpriced, separate statement.
- Past Performance: Minimum of three references from the past 24 months.
- Price Evaluation: Requires a published price list or two invoices for similar services/supplies, with breakdown.
Vendors must submit quotes for all Contract Line Items (CLINs) listed in Section B and adhere to the Statement of Work. All requested documents must be provided for the offer to be considered "responsive." Quotes must be emailed to Kimberly.p.Bunn.civ@health.mil.
Key Dates
- Questions Due: May 20, 2026, 02:00 PM EST (No questions accepted after May 19, 2026, 02:00 PM EST)
- Offer Due Date: May 20, 2026, 02:00 PM EST
- Published Date: May 15, 2026
Additional Notes
This solicitation incorporates numerous FAR and DFARS clauses. Special requirements include a Business Associate Agreement (BAA) related to Protected Health Information and clauses concerning contractor access to federally controlled facilities and IT systems.