THIS IS A SOURCES SOUGHT NOTICE ONLY. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement, and to gain knowledge of potential qualified Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Small Business Manufacturers, and other Small Businesses, interested and capable of providing items requested, as well as any large business interested and capable. This REQUEST FOR INFORMATION/SOURCES SOUGHT NOTICE is in support of the Boise VA Medical Center, is for market research purposes and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. Results will be used to determine set-aside. The intended contract is a firm-fixed price supply purchase. The SBA Nonmanufacturer Rule is applicable, and a waiver will not be sought for this potential acquisition. Potential contractors shall provide, at a minimum, the following information: 1) Company name, address, and point of contact, phone number, e-mail address, and SAM.gov UEI number/code. 2) Anticipated North American Industry Classification System (NAICS) code is 334516. The largest a firm can be and still qualify as a small business for Federal Government programs is no more than 1000 employees. Please indicate whether you are a Small Business, SDVOSB, VOSB, Small Business Manufacturer, Other Small Business, or Large Business, and whether you are the manufacturer of the items listed below. 3) The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). 4) Any Service-Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond to a solicitation on this project must be registered with the Small Business Administration VetCert Registry located at https://veterans.certify.sba.gov. 5) If not a manufacturer, only authorized representatives/providers/distributors of the manufacturer will be considered. Equipment must be new, no used or refurbished equipment accepted. Please provide a proof of authorized dealer or reseller letter from manufacturer. 6) If you are the manufacturer, do you have any designated or authorized distributors? If so, please provide their name, telephone, point of contact and size status (if available). 7) This is a brand name or equal requirement. As such, the salient characteristics reflect the physical, functional, or performance characteristics that equal products must meet to satisfy the Government s needs. To be considered for any potential solicitation, offers of equal products, including equal products of the brand name manufacturer, must: (a) Meet the salient physical, functional, or performance characteristic of the brand name item and those specified in this sources sought; clearly identify the item by Brand name, (if any) and make/model number. (b) Include descriptive literature such as illustrations, drawings, or a clear reference to descriptive data or information available that identifies that the equal item meets or exceeds the salient characteristics required by the Government. (c) Identify the manufacturer name (OEM) and manufacturer part number, as well as any warranty information. (d) Please provide a courtesy quote in response to this request to evaluate price reasonableness for any set-aside determination, and any applicable contract vehicle information. It is the intent of the VA to use the information gathered for market research purposes only. If a formal solicitation is released, it will be posted via the Contracting Opportunities website located at beta.sam.gov. or GSA eBuy. DESCRIPTION OF THE REQUIREMENT: The Department of Veterans Affairs is looking to obtain information on vendors who can provide the products as outlined below. This is an Unrestricted/Open Market Brand Name or Equal To Request for Information/Sources Sought Notice. Delivery: VAMC Portland Division VA Medical Center General Warehouse 3710 S.W. Vets. Hospital Rd. Portland, OR 97239 Items: Brand Name or Equal to Aerospray Hematology Pro per the Salient Characteristics listed and Statement of Work below: Description/Part Number* Qty Price Extended Amount Aerospray Pro Slide 1 Waste Container 1 30 slide carousel 1 TOTAL Â Â SALIENT CHARACTERISTICS Loading capacity must be between 1-12 and up to 30 slides. Throughput must be up to 540 slides / hour. Weight must not be more than 40 lbs. Due to limited space availability at the installation location, the dimensions must be less than 23 in x 11 in x 23 in Must have the dual capability of slide staining and cell preparation Must have a superior staining process that is user friendly and enhanced time efficiency Centrifuge rotor speed range must be 100 2000 rpm, with +/- 5% tolerance Must be able to process 115 slides per hour, and up to 288 slides per hour when used with the additional 30 slide carousel Must have capability of using an additional 30 slide carousel. Waste bottle must have a level detector. All reagent lines must have a level detector. Must have rapid performance cycle time, as low as 5 minutes. Must eliminate the risk of cross-contamination by using fresh application of stains Must have an automated nozzle clean after each stain cycle reduces maintenance Must have programmable functions to accommodate different intensities and test configurations Must have laboratory compliance with traceability features. Must have regressive and progressive staining capabilities Must have consistent, reliable, and standardized staining for use in different test systems and with multiple pieces of lab equipment Must be able to easily compare slides from different labs Must have high-quality control ensuring no stain variability when moving from LOT to LOT Must have low maintenance with simple and time efficient cleaning cycles Must operate on 120V AC. Delivery Shipping shall be FOB Destination. Delivery shall take place during the hours of 7:00A 3:00P Monday through Friday, excluding holidays. If your business is interested and capable, please send the capability statement outlined above, and a courtesy market research quote to Christine.Lindsey@va.gov by 3:00 PM EST on January 6, 2026. NO PHONE CALLS, PLEASE. Again, this is not a request for quote, and no solicitation is available at this time.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.