SOURCES SOUGHT
H -- TRUNARC DEVICE
- Notice Date
- 2/3/2026 11:02:28 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26226Q0337
- Response Due
- 2/10/2026 3:00:00 PM
- Archive Date
- 03/12/2026
- Point of Contact
- Hanan McCullick, Contract Specialist, Phone: 562-766-2234
- E-Mail Address
-
Hanan.Mccullick@va.gov
(Hanan.Mccullick@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI) SOURCES SOUGHT IS ISSUED SOLELY FOR MARKET RESEARCH AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION 1. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought Announcement is for market research only to make appropriate acquisition decisions and to gain knowledge of Small Businesses, including Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses (SDVOSB/VOSB), who are interested in submitting proposals for this procurement and who are capable of performing the work required for this procurement. 2. The NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing 3. The Contractor shall supply, install, configure, and validate a product and provide on-going technical support and maintenance services for that installed product for the Tibor Rubin VA Medical Center located in Long Beach, California. The required services (installation, configuration, validation, support, and maintenance) shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in the attached DRAFT Statement of Work (SOW). 4. Interested and capable Contractors are encouraged to respond to this notice not later than Tuesday, February 10, 2026 at 03:00 PM PST, by providing the following information via email only to Hanan.Mccullick@va.gov. (a) Company name (b) Address (c) Point of contact (d) Phone, fax, and email of primary point of contact (e) Contractor s Unique Entity ID (SAM) number (f) Type of small business, if applicable, (e.g. Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), 8(a), HUB-Zone, Woman Owned Small Business, Small Disadvantaged Business, or Small Business). (g) Statement indicating whether your company is considered small under the size standard for the NAICS code identified under this RFI. (h) Statement indicating the product name of the product referenced above that you intend to provide for this procurement. (i) Statement indicating whether you are the manufacturer of the product that you intend to provide for this procurement. If you intend to provide a product manufactured by a company other than your own, state the name of the company whose product you intend to provide, the country of origin for the product you intend to provide, and whether the company that manufactures that product is a small business under the size standard for the NAICS code identified under this RFI. (j) Statement indicating if you have a current contract to provide the product that you intend to provide for this procurement, along with the installation, configuration, validation, support, and maintenance services required by this procurement, under either the General Services Administration s Federal Supply Schedule or with NAC, NASA SEWP, or any other federal contract. If yes, provide the contract type and contract number, as well as the identity of the federal agency with whom you hold that contract. (k) Statement indicating how many calendar days you estimate it would take you to install, configure, and validate the product that you intend to provide for this procurement in a medical center similar to the Tibor Rubin VA Medical Center. (l) General pricing for your products/solutions for market research purposes. (m) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing that meets the requirements described in the attached DRAFT Statement of Work and demonstrates your experience providing the installation, configuration, validation, support, and maintenance services required by this procurement. GENERAL STATEMENTS OF CAPABILITY ARE NOT ACCEPTABLE. Respondents must provide the following information for each reference contract the respondent identifies as evidence of the respondent s capability to perform the work required by this procurement. Respondents must provide the following information for each reference contract: (1) the legal name of entity with whom the respondent held the contract; (2) the contract number; (3) a description providing details of the specific tasks the respondent performed under that contract; (4) the dates during which the respondent performed the contract; (5) the name, phone number, and email address of a person at the entity with whom the respondent held the contract who can verify the information the respondent provides regarding this reference contract. If a respondent offers to demonstrate experience through the proposed use of subcontractors, the respondent must identify the legal name of each subcontractor and provide all of the information required above for one or more reference contracts performed by each subcontractor the respondent intends to use. NOTE: The information requested above is required for the Government to evaluate whether there are sufficient small business concerns of a particular type who are capable of performing the work required by this procurement to determine if this procurement should be set aside for a given type of small business concern. FAILURE TO SUBMIT ALL OF THE INFORMATION REQUESTED ABOVE MAY BE VIEWED BY THE GOVERNMENT AS EVIDENCE THAT THE RESPONDENT LACKS THE ABILITY TO PROVIDE THE TRUNARC DEVICE AND SERVICES REQUIRED BY THIS PROCUREMENT. THIS, IN TURN, MAY AFFECT THE GOVERNMENT S DETERMINATION ABOUT WHETHER THE REQUIREMENTS FOR A SET-ASIDE PROCUREMENT HAVE BEEN MET. 5. All Offerors who provide goods or services to the United States Government must be registered in the System for Award Management (SAM) database found at https://www.sam.gov. Registration must include Representations and Certifications. --End of Sources Sought Announcement-- DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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. SCHEDULE OF SUPPLIES: SALIENT CHARACTERISTICS: The device shall be designed for single-handed operation, with a total of weight not to exceed 2.0 lbs. (0.91 kg). The device must be capable of rapid, non-destructive identification or a broad range of chemical substances. The primary technology used must be Raman spectroscopy and must be recognized as a category A analytical technique by Scientific Working Group for the analysis of seized drugs (SWGDRUG). The device and all the associated software and hardware must comply with all the relevant U.S federal, state, and local regulations. The device must utilize Raman Spectroscopy as the primary method of analysis. The device must use a 1064 nm laser to minimize fluorescence interference from impure and colored samples. The device must be equipped with a comprehensive on-board board spectral library of at least 500 substances. The library must include, at minimum: street level narcotics (e.g., heroin, cocaine, methamphetamine) Fentanyl and its analogs. Synthetic opioids. Prescription pharmaceuticals prone to abuse (e.g., oxycodone, hydrocodone) Hallucinogens (e.g., MDMA, LSD) Cannabinoids (natural and synthetic) Precursor chemicals. Common cutting agents and fillers. The library shall be expandable and updatable by the user in the field without requiring returns to the manufacturer. The device must demonstrate a high degree of accuracy for the identification of substances in the onboard library, with a minimum of 95% accuracy for single, pure substances. The device must be capable of identifying narcotics within mixtures and at low concentrations. The limit of detection (LOD) for key substance of interest (e.g., fentanyl) shall be specified by the manufacturer. The device shall have a low false-positive and false-negative rate. The device must provide a definitive identification result in under 90 seconds from the initiation of a scan. The device must be capable of analyzing the substances directly through transparent and translucent packaging, including plastic bags, glass vials, and blister packs, to enhance operator safety and preserve evidence. The device must feature a high resolution, sunlight-readable color display of at least 3.5 inches, suitable for use in varying light conditions. The display shall be touchscreen compatible with gloved use. The device must be ruggedized to withstand the rigors of field use. It must be certified to meet MIL-STD-810G standards for drop, shock, and vibration. The device must have Ingress Protection (IP) rating of at least IP67, ensuring it is dust-tight and capable of withstanding immersion in water up to 1 meter for 30 minutes. The device must be fully operational in a temperature range of -20C to +50C. The device shall be powered by the rechargeable lithium-ion battery capable of providing a minimum of 4 hours of continues operation. The battery must be user replaceable. The device must come with AC and DC charging adapters. The user interface must be intuitive and navigable with minimal training. It must provide clear, unambiguous results (e.g., Heroin Detected ) rather than requiring the operator to interpret spectral data. The software must be available in English. The device must have internal storage for at least 10,000 test result and corresponding spectra. The device must be capable of exporting data in common, non-proprietary formats (e.g., PDF, CSV). The device must be equipped with USB and Wi-Fi capabilities for data transfer. The device must maintain a secure, time-stamped, and unalterable audit trail of all scans, user activities, and system events, in a manner consistent with the principles of FDS 21 CFR Part 11. The data generated must be suitable for use of legal proceedings, with features that support the chain of custody for evidence, including a unique identifier for each scan, date, time stamp, and operator ID. The device must comply with FDA and IEC standards for laser safety. It shall incorporate features to prevent accidental laser exposure. The following accessories must be included with the device: carrying case, rechargeable batteries (2), AC and DC chargers, USB cable, and User Manual. The manufacturer must provide on-site instructor-led training for up to 60 personnel. The training must cover device operation, basic maintenance, and safety procedures. The device must come with a minimum of two-year warranty covering all parts and labor. The manufacturer must provide ongoing technical support via telephone and email. The manufacturer must offer a program for regular library updates to include new and emerging threats. The vendor must provide a comprehensive user manual, a quick-star guide, and documentation verifying all certification claim (e.g., MIL-STD-81G, IP67). STATEMENT OF WORK: 1. Compliance: The device and all associated software and hardware shall comply with all relevant U.S. federal, state, and local regulations.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/bfe049f511ef4bedae9da38da3ba1cea/view)
- Place of Performance
- Address: Department of Veterans Affairs Long Beach VA HCS 5901 E 7th Street, Long Beach 90822
- Zip Code: 90822
- Zip Code: 90822
- Record
- SN07704122-F 20260205/260203230037 (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 |