Skip to content
Department of Defense

Portable Audiometric Hearing Test System

Solicitation: W912JA-26-Q-1BJ8
Notice ID: 90b46dbbd1354fcab5aacd0879ab9646
TypeSources SoughtNAICS 334510PSC6515DepartmentDepartment of DefenseAgencyDept Of The ArmyStateALPostedApr 03, 2026, 12:00 AM UTCDueApr 24, 2026, 09:00 PM UTCCloses in 19 days

Sources Sought from DEPT OF THE ARMY • DEPT OF DEFENSE. Place of performance: AL. Response deadline: Apr 24, 2026. Industry: NAICS 334510 • PSC 6515.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: W912JA-26-Q-1BJ8. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 334510 (last 12 months), benchmarked to sector 33.

12-month awarded value
$90,168,185
Sector total $48,255,032,912 • Share 0.2%
Live
Median
$26,411
P10–P90
$26,411$26,411
Volatility
Stable0%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+274%($52,149,499)
Deal sizing
$26,411 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for AL
Live POP
Place of performance
Not listed
State: AL
Contracting office
Montgomery, AL • 36109-2602 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
AL20260015 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Alabama • Crenshaw
Rate
BRICKLAYER
Base $12.94Fringe $0.00
Rate
CARPENTER
Base $12.00Fringe $0.00
+15 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 15 more rate previews.
Davis-BaconBest fitstate match
AL20260015 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Crenshaw
Rate
BRICKLAYER
Base $12.94Fringe $0.00
Rate
CARPENTER
Base $12.00Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $15.00Fringe $0.00
+14 more occupation rates in this WD
Davis-Baconstate match
AL20260018 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • De Kalb
Rate
BRICKLAYER
Base $12.25Fringe $0.00
Rate
CARPENTER, Includes Form Work, and Blown Insulation
Base $10.88Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $12.59Fringe $0.00
+13 more occupation rates in this WD
Davis-Baconstate match
AL20260030 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Washington
Rate
BRICKLAYER
Base $11.89Fringe $0.00
Rate
CARPENTER
Base $10.30Fringe $0.00
Rate
CEMENT MASON/CONCRETE FINISHER
Base $10.68Fringe $0.00
+13 more occupation rates in this WD
Davis-Baconstate match
AL20260112 (Rev 0)
Open WD
Published Jan 02, 2026Alabama • Russell
Rate
CARPENTER, Includes Form Work
Base $18.72Fringe $7.91
Rate
CEMENT MASON/CONCRETE FINISHER, Includes Water Sewer Lines
Base $13.78Fringe $0.00
Rate
ELECTRICIAN
Base $19.56Fringe $0.00
+6 more occupation rates in this WD

Point of Contact

Name
Kathryn Graham
Email
kathryn.p.graham.civ@army.mil
Phone
3344500463

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE ARMY
Subagency
NATIONAL GUARD BUREAU
Office
JFHQ USPFO AL • USPFO AL PROCUREMENT • W7MT USPFO ACTIVITY AL ARNG
Contracting Office Address
Montgomery, AL
36109-2602 USA

More in NAICS 334510

Description

Sources Sought Notice for Portable Audiometric Hearing Test System

Notice Type: Sources Sought
Posted Date: 3 April 2026
Response Date: 24 April 2026
Classification Code: 6515 - Medical and Surgical Instruments, Equipment and Supplies
NAICS Code: 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing

Contracting Office Address:
USPFO-AL Purchasing and Contracting

Point of Contact:
Kathryn P. Graham, (334) 450-0463

Email: kathryn.p.graham.civ@army.mil

1.0 Synopsis

This is a Sources Sought notice for market research purposes only, issued on behalf of the Alabama Medical Readiness Detachment. This is not a solicitation for proposals, a request for quotations, or an invitation for bids. No contract will be awarded from this announcement. The purpose of this notice is to identify qualified and interested businesses capable of providing a commercial, portable, boothless audiometric testing system that meets the salient characteristics listed below. The Government is seeking to determine the availability of sources and to ascertain the potential for competition, including from small businesses (including 8(a), veteran-owned, service-disabled veteran-owned, HUBZone, and women-owned small businesses).

2.0 Requirement Background

The Alabama Medical Readiness Detachment requires a solution for annual audiometric testing to meet Individual Medical Requirements, Pre- and Post-Deployment Health Assessments, and assessments following excessive noise exposure. The current method of testing, the Reserve Health Readiness Program (RHRP), creating an urgent need for an organic, portable testing capability. The system must be usable in non-clinical settings such as classrooms, training rooms, and armories without the need for a permanent, sound-proof booth.

3.0 Salient Characteristics / Minimum Requirements

The proposed system must meet all of the following minimum requirements:

  1. Portability & Design: Must be a self-contained, boothless audiometry system that includes a high-noise attenuation headset, eliminating the need for a separate sound-proof booth, external audiometer, and external wiring.
  2. Clinical & Safety Compliance:
    • Must be registered with the U.S. Food and Drug Administration (FDA).
    • Must meet ANSI S3.6 standards for clinical-quality diagnostic hearing testing.
    • Must be compliant with OSHA 1910.95 (Occupational Noise Exposure) and DoDI 6055.12 (Hearing Conservation Program).
    • Must meet IEC 60645-1 for audiometric equipment.
  3. Hearing Protection Fit Testing: Must have the capability to perform hearing protection fit testing that meets ANSI S12.71 and NIOSH standards.
  4. Cybersecurity: The system's software must have successfully completed the Defense Health Agency (DHA) Cyber Logistic Risk Management Framework (RMF) assessment. Interested vendors must provide evidence of this certification or a comparable Authority to Operate (ATO) on a DoD network.
  5. Service and Calibration: The vendor must be the original equipment manufacturer (OEM) or an OEM-certified entity capable of providing required annual calibration, servicing, and software updates for its proposed system.

4.0 Submission Instructions

Interested parties who believe they can meet all the requirements listed above are invited to submit a capabilities statement. The statement must not exceed ten (10) pages and should include the following information:

  1. Company Information: Company Name, Address, Point of Contact (Name, Phone, Email), CAGE Code, and Unique Entity ID (UEI).
  2. Business Size & Socioeconomic Status: Please identify your business size (Small or Large) under NAICS 334510 and any applicable socioeconomic categories (8(a), SDVOSB, VOSB, WOSB, HUBZone).
  3. Technical Capability Statement: A detailed narrative that clearly demonstrates how your proposed product meets each of the five (5) salient characteristics listed in Section 3.0. Include product specification sheets, technical data, and any relevant brochures. Vague or general statements will not be considered sufficient.
  4. Cybersecurity Documentation: Evidence of DHA RMF certification or a comparable DoD ATO.
  5. Service & Calibration Plan: A statement confirming your company's status as the OEM or an OEM-certified provider for the mandatory annual calibration and servicing.
  6. Contracting Information: Information on any existing GSA Schedule contracts or other Government-wide Acquisition Contracts (GWACs) through which the product may be purchased.

Please submit your response via email to kathryn.p.graham.civ@army.mil no later than 4:00 PM CST on the response date.

5.0 Disclaimer

The Government does not intend to pay for the information solicited and will not recognize any costs associated with the submission of a capabilities statement. This notice is for planning and market research purposes only. The information received will be used to determine the appropriate acquisition strategy for a potential future requirement. A determination by the Government not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government.

Files

Files size/type shown when available.

No public attachments surfaced yet. Some owner portals gate files behind registration, and BidPulsar keeps enriching the package as new public links appear.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.