Federal Contract Opportunity

Last Updated on 26 Jun 2025 at 6 PM
Sources Sought
Loma linda California

6515--Hologic Fluent Pro Fluid Management Systems or Equivalent

Details

Solicitation ID 36C26225Q1079
Posted Date 26 Jun 2025 at 6 PM
Response Date 03 Jul 2025 at 7 PM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office 262-network Contract Office 22 (36c262)
Agency Department Of Veterans Affairs
Location Loma linda California United states 92357

Possible Bidders

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Science Applications International Corporation

San antonio King george Sterling heights Colorado sprin Springfield Warner robins Hyattsville Arlington Vista Stafford Fairfield Torrance Bedford Virginia beach El segundo Bothell Buffalo Mystic Herndon Santa monica Whittier San diego Beltsville Panama city beach Austin Washington Lorton Vienna Columbia Mclean Ridgecrest Colorado springs Reston Las vegas Poway North charleston Tampa Santa maria Marietta Middletown Fairfax Chantilly Havelock Annapolis junction Orlando San jose Indianapolis Oak ridge Crane Cookeville Aurora Bellevue El paso O fallon Chambersburg California Hackensack Sterling Huntsville Mc lean Cape canaveral Rosslyn Panama city Fort worth Falls church

Supplycore Incorporated

Rockford Santa fe springs North kansas city Atlanta

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Sign up to access Documents

Signup now
Page 5 of 5 Page 1 of 2 SOURCES SOUGHT SYNOPSIS ONLY This request for information (RFI) and sources sought is issued solely for information and planning purposes only and does not constitute a solicitation. 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. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI in accordance with FAR 15.201(e). The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources, their socioeconomic status, and their size classification relative to NAICS 339112 Surgical and Medical Instrument Manufacturing, size standard of 1000 employees. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. This synopsis is neither a request for competitive proposal nor a solicitation of offers. This synopsis is to assist the VA in determining sources only and a solicitation is not currently available. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from responses to this RFI and sources sought. The Department of Veterans Affairs Veterans Integrated Service Network (VISN) 22 is seeking potential sources capable of supplying (2) Hologic Fluent Pro Fluid Management Systems ( FLT-200 ) or Equivalent. These instruments will be used for upcoming procedures at the VA Loma Linda Healthcare System. The proposed action is for a firm-fixed price, short-term contract. The Government contemplates issuing one (1) solicitation for these supplies to be provided to the following facilities: VA Loma Linda Healthcare System 11201 Benton St Loma Linda, CA 92357 Contractor shall provide the following information: Vendor: Address: Telephone Number: Business Size: Socioeconomic Category (i.e. SDVOSB, 8a, VOSB, etc.): UEI Number: FSS/ GSA Contract Holder Yes No FSS/ GSA Contract Number Effective Date / Expiration Date Responses to this sources sought are not request to be added to a prospective bidders list or to receive a copy of the solicitation. Information received as a result of this notice will normally be considered solely for the purpose of determining whether conduct a competitive procurement. This notice does not represent a commitment by the Government to pay for cost incurred in the preparation and submission of information or any other cost incurred as a response to this announcement. Inquiries will only be accepted in writing via email to [email protected] telephone responses shall not be accepted. Please respond by July 3, 2025 at 12:00pm PT. Note* The Non-Manufacturer Rule (NMR) in accordance with 13 CFR § 121.406, September 4, 2019 applies to this acquisition. a) For small business set-asides other than construction or service contracts the prime contractor that s supplying products to the government is required to cover at least 50 percent of the cost of manufacturing those products. The non-manufacturer rule is an exception to that requirement. The rule allows a small business to supply products it did not manufacture as long as those products come from another small business. b) A manufacturer is defined as a business that, with its own facilities, performs primary activities in transforming inorganic or organic substances, including the assembly of parts and components, into the end product being acquired. In other words, a manufacturer makes or produces products. Businesses may qualify as a non-manufacturer if it meets the following criteria: Does not exceed 500 employees Is primarily engaged in the retail or wholesale trade and normally sells the type of products being supplied Will supply the end products of a small business manufacturer or processor made in the United States, or obtains a waiver of such requirement See Title 13 Part 121.406 of the Code of Federal Regulations (CFR) for detailed information about the non-manufacturer rule. The Following below is a description of the Salient Characteristics for the Supplies Needed For This Requirement: Hologic Fluent Pro Fluid Management Systems (FLT-200) or Equivalent: Closed-loop fluid management system specifically engineered for gynecologic surgical procedures to ensure compliance with VA infection control standards Real-time fluid volume measurement with high accuracy to support intraoperative decision-making and improve patient outcomes Integrated suction, fluid collection, and smoke evacuation capabilities in a single platform to reduce equipment footprint in VA OR suites Disposable, single-use cartridges and tubing sets that maintain sterility and support VA goals for reducing cross-contamination risks Hands-free operation and touch-screen controls, minimizing staff exposure to biohazardous waste and supporting VA employee safety mandates Audible and visual alerts for canister full status and system readiness, increasing efficiency and reducing staff workload Meets or exceeds AORN and OSHA guidelines for fluid waste management and OR safety standards applicable to VA facilities Compact footprint and mobile design allow easy integration with existing VA surgical infrastructure Vendor must provide FDA-cleared device suitable for use in federal healthcare systems System must be compatible with standard 120V power sources and not require additional utility modifications in VA surgical suites

Similar Opportunities

No Similar Opportunities Found

Similar Awards

Location Unknown 20 Aug 2019 at 9 PM
Gilbert Arizona Not Specified
Location Unknown 29 Apr 2019 at 7 PM