Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2025 SAM #8760
SOURCES SOUGHT

63 -- Portable Metal Detection System

Notice Date
11/18/2025 10:32:29 AM
 
Notice Type
Sources Sought
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26226Q0135
 
Response Due
11/28/2025 3:00:00 PM
 
Archive Date
12/28/2025
 
Point of Contact
Victor Oliveros
 
E-Mail Address
vicotr.oliveros@va.gov
(vicotr.oliveros@va.gov)
 
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 334519 (size standard of 600 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing Metal Detection System for Phoenix VA Medical Centers. The list of DRAFT characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? SCOPE: The Phoenix VA Healthcare System is seeking a contractor for the Metal Detector System BallistiSCAN (v3). The prospective contractor must meet Salient characteristics listed below: High Sensitivity: Detects both ferrous and non-ferrous metals, including small items such as razor blades, handcuff keys, and firearm components. Adjustable Detection Thresholds: Allows customization of sensitivity settings to reduce false positives while maintaining high detection accuracy. Fast Throughput: Designed for high-traffic environments with minimal delay between scans. Durable Construction: Built for both indoor and outdoor use, with weather-resistant housing and tamper-resistant components. Integration Capabilities: Compatible with access control systems, surveillance platforms, and security management software. User Interface: Equipped with an intuitive control panel and optional remote access for configuration and diagnostics. Compliance: Meets or exceeds NIJ and TSA standards for walk-through metal detectors. � Complete system that is ready to go right out of the box � Two (2) magnetic anomaly detection sensors that work in tandem � Sensors are placed on top of user-supplied stanchions (~ 41 in/104 cm high) � Stanchions may be placed from 32 to 48 inches apart (81 �122 cm) � Sensor range: 3 feet/91 cm on vertical & horizontal axes � Indoor/outdoor operation. Temperature range: 14?F/-10?C to 122?F/50?C � Visual/Audible alerts � Wi-Fi for networking (TCP/IP), remote monitoring, & integration with 3rd party software � �dry contact� relay for controlling external devices � Operates on wall or 18V Milwaukee batteries � Touch screen interface � Hard plastic case Installation: is not required. SALIENT CHARACTERISTICS: Equipment must have salient characteristics to enable the government to perform the capabilities. WARRANTY OF EQUIPMENT: Government requirement for standard manufacturer industry warranty term. PERFORMANCE: 180 days ARO DELIVER TO: VA Phoenix Health Care System, 650 E. Indian School, Phoneix, AZ 85012 Delivery is FOB Destination. (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you�re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR � 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to victor. oliveros@va.gov. Telephone responses will not be accepted. Responses must be received no later than November 28, 2025 by 15:00 PST. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/a1454a698120412284281601f8caddad/view)
 
Place of Performance
Address: Phoenix, AZ 85012, USA
Zip Code: 85012
Country: USA
 
Record
SN07645822-F 20251120/251118230045 (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.