SOURCES SOUGHT
65 -- 691 - Custom Packs
- Notice Date
- 12/9/2025 9:32:31 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
- 36C26226Q0193
- Response Due
- 12/19/2025 9:00:00 AM
- Archive Date
- 02/17/2026
- Point of Contact
- Jasmine Pressley-Barnard, Contract Specialist
- E-Mail Address
-
jasmine.pressley-barnard@va.gov
(jasmine.pressley-barnard@va.gov)
- Awardee
- null
- 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 RFI only. The contract awarded is anticipated to be a firm, fixed price. The type of solicitation that will be issued depends upon the responses to this notice. Issuance of a solicitation will be dependent upon the number of responses, information received, and subsequent market analysis. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow-up information requested. The purpose of this RFI is to gain knowledge of interest, capabilities, and qualifications of various members relative to NAICS 339113 (size standard of 800 Employees). After review of the responses to this sources-sought announcement a synopsis and/or solicitation announcement may be published later. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The Department of Veterans Affairs (VA) is seeking sources capable of providing custom surgical packs below, for Greater Los Angeles VA Healthcare System. Cataract Pack Open Heart PPS Pack Major General PPS Pack Plastic ENT PPS Pack Ortho PPS Pack Minor GYN PPS Pack Podiatry PPS Pack General Anesthesia Kit (10 per case) Joint Accessory Pack Neuro Spine Pack Cysto Urological Module Pack Vascular Extremity PPS Pack Cysto Pack (6 per case) Vascular PPS Pack Arthroscopy Pack MAC Anesthesia Kit (20 per case) Intubation Kit (10 per case) Angio IR Drape Pack (4 per case) Angio Pack (3 per case) Hygiene Kit (50 per case) Central Line Insertion Kit (8 per case) EP Pack (3 per case) WellnessPac (25 per case) Intravitreal Injection Pack (24 per case) Oral Surgery Pack (15 per case) Perio Surgery Pack (14 per case) IV Starter Kit Blood Culture Kit If your company is interested and capable of providing the required supplies, 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 whether your organization can/cannot provide ALL the kits listed. Please list which kits your company cannot provide. ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (2) Please review the list of kits 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? Yes No (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to provide the requested kits? ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (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 ยง 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? Yes No (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? Yes No Not exceed 500 employees? Yes No Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Yes No Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? Yes No (11) Please indicate whether your product conforms to the requirements of the Buy American Act? Yes No If not, what country are your products manufactured? ______________________________________________________________________________ (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) How does your company handle run with outs (RWO)? Specifically, if an item required in the kit is unavailable for a production run. ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (14) Does your proposed sterilization equipment/process have FDA clearance? Please specify what FDA clearance(s) have been obtained. ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (15) 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). ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (16) 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. ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (17) 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. (18) Please provide your SAM.gov Unique Entity ID/Cage Code number. _____________________________________________________________________________________ Responses to this notice shall be submitted via email to jasmine.pressley-barnard@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, December 19, 2025 by 9:00 AM PT Local. 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/e8396930309449858c21adeffa7a5da6/view)
- Place of Performance
- Address: Department of Veterans Affairs Greater Los Angeles VA Healthcare System 11301 Wilshire Blvd, Los Angeles 90073, USA
- Zip Code: 90073
- Country: USA
- Zip Code: 90073
- Record
- SN07661435-F 20251211/251209230047 (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 |