Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2026 SAM #8857
SOURCES SOUGHT

65 -- RFI 36C26226Q0373 Hologic 3D Quorum Imaging Workstation 36C262-26-AP-2234

Notice Date
2/23/2026 1:41:28 PM
 
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
36C26226Q0373
 
Response Due
3/9/2026 2:30:00 PM
 
Archive Date
04/08/2026
 
Point of Contact
dyne.kim@va.gov, Dyne Kim, Phone: 562-826-8000
 
E-Mail Address
dyne.kim@va.gov
(dyne.kim@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 suggested NAICS for this requirement is 339112 Surgical and Medical Instrument Manufacturing 3. The Contractor shall deliver Hologic 3D Quorum Imaging Workstation OR EQUAL that can meet the required Salient Characteristics (see attached Draft) to VA Medical Center located at 5901 E. 7th Street, Long Beach, CA 90822. 4. The required services shall be provided by the contractor along with all resources necessary to accomplish the deliverables described in Statement of Work (SOW). See attached Draft SOW. 5. Interested and capable Contractors are encouraged to respond to this notice not later than Monday, March 9, 2026, at 2:30 PM Pacific Time (PT), by providing the following information via email only to Dyne.Kim@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. Responses are welcome to specify a different NAICS in which they could meet this requirement. (h) Statement indicating the brand name, model, and product description of the Hologic 3D Quorum Imaging Workstation OR EQUAL product referenced above that you intend to provide for this procurement. (i) Statement indicating the name of the company whose Hologic 3D Quorum Imaging Workstation OR EQUAL product you intend to provide, the country of origin for the Hologic 3D Quorum Imaging Workstation OR EQUAL 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, or a different NAICS. Please elaborate whether the Buy American Statute and/or Trade agreement apply to the product that you intent to provide for this procurement. (j) Statement indicating whether you are an authorized distributor of the Hologic 3D Quorum Imaging Workstation OR EQUAL product that you intend to provide for this procurement or not. If you intend to provide a Hologic 3D Quorum Imaging Workstation OR EQUAL product manufactured by a company other than your own, please include an approval letter from the manufacturer accepting you as an authorized distributor and answer the following questions: Does your firm exceed 500 employees (or 150 employees for the Information Technology Value Added Reseller exception to NAICS Code 541519)?� Is your firm primarily engaged in the retail or wholesale trade and normally sells the type of item you intend to provide? Does your firm take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Will your firm supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to 13 CFR 121.406(b)(5)? If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Notice: No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new equipment only. The vendor shall be an OEM, authorized dealer, authorized distributor, authorized reseller, verified by an authorization letter or other documents from the OEM. (k) Statement indicating if you have a current contract to provide the Hologic 3D Quorum Imaging Workstation OR EQUAL product that you intend to provide for this procurement under either the General Services Administration (GSA) Federal Supply Schedule (FSS) or with the VA National Acquisition Center (NAC), National Aeronautics and Space Administration (NASA) Solutions for Enterprise-Wide Procurement (SEWP), or any other federal contract. If yes, provide the contract type and contract number, identity the federal agency with whom you hold that contract, and whether the product you intend to supply under this procurement is listed on your referenced schedule/contract. (l) Statement indicating how many calendar days after receipt of order (ARO) you estimate it would take you to deliver the Hologic 3D Quorum Imaging Workstation OR EQUAL product that you intend to provide for this procurement to the requesting facility. (m) General pricing for your Hologic 3D Quorum Imaging Workstation OR EQUAL product. This information will be used for VA internal market research purposes and pricing information received in response to this RFI will not be shared by the Contract Specialist. Item Number Description/Part Number Quantity Unit of Measure Unit Price Amount ( EQUAL TO ITEMS SATISFYING THE SALIENT CHARACTERISTICS LISTED IN THE STATEMENT OF WORK WILL BE ACCEPTED FOR ANY ITEM LISTED BELOW WILL BE ACCEPTED; 0001 3DQUORUM LICENSE OR EQUAL (EER 261715 SEPG 28826 CSN 6640-433167 EIL 360 ALBCC 222001 OR EQUAL - NEW EE # TO BE ASSIGNED) 3DQUORUM LICENSE OR EQUAL FOR INSTALLED DIMENSIONS SYSTEM DISCOUNTED PRICE � 1 � EA � � 0002 3DQUORUM OR EQUAL, INITIAL TRAINING, VIDEO-ON-DEMAND, UNLIMITED TECHNOLOGISTS AND PHYSICIANS (INCLUDED) 1 EA 0003 3DIMENSIONS COMPUTER OR EQUAL (INCLUDED) 1 EA TOTAL � (n) Provide documented self-attestation/certification that the Hologic 3D Quorum Imaging Workstation OR EQUAL product you intend to provide for this procurement meets any regulatory expectations by the US Government (ea. The U.S. Food and Drug Administration (FDA) classification system of medical devices, places ceiling lifts as Class I category. Class I devices are deemed to be low risk, and manufacturers/authorized distributors are allowed to self-declare that they conform to all required standards. ) (o) A capability statement that provides detailed information for one or more reference contracts that demonstrate your experience providing Hologic 3D Quorum Imaging Workstation OR EQUAL product that meets the requirements described in the attached Draft Salient Characteristics. 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 other than delivery of the requested product; (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. 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 to support a respondent s claimed experience may be viewed by the government as evidence that the respondent lacks the ability to provide the Hologic 3D Quorum Imaging Workstation OR EQUAL product 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/74c9597e465848e38de60fe3b22ea7ab/view)
 
Place of Performance
Address: VA Long Beach Healthcare System Tibor Rubin VA Medical Center 5901 E. 7th Street Long Beach, CA 90822-5201
 
Record
SN07724579-F 20260225/260223230042 (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!  © 1994-2026, Loren Data Corp.