Navigate the lattice: hubs for browsing, trends for pricing signals.
Special Notice Special Notice Page 3 of 3 Special Notice *= Required Field Special Notice Page 1 of 3 Notice of Intent to Award as Sole Source: The Department of Veterans Affairs, NCO 8, intends to award a Sole Source, Firm-Fixed Price contract to Sebia, Inc for the purchase of Electrophesis Testing for VISN 08 locations. Items shall include equipment, reagents, standards, controls, supplies, disposables, and any other materials required to properly perform tests such that equipment operations are not interrupted. This is not a request for competitive offers, and no solicitation is available. Market research has determined that these services are specialized and are only available from a single source without an unacceptable delay or duplication of cost and no other type of services will satisfy agency requirements. The Government intends to award the contract to Sebia, Inc 1705 Corporate Dr, Norcross, GA 30093. It is the Government s belief that the proposed candidate is the sole source provider of a specialized pherosis system capable of performing and reporting serum protein electrophoresis, serum immunotyping, urine protein electrophoresis and urine immunotyping while preserving memory to view patient testing history to includes graphs. These historical graphs are a unique capability tied to patient care and interpretive accuracy. Sebia phoresis is the only software capable of natively accessing, trending, and graphing the laboratory s existing electrophoresis result files (stored in PHORESIS format) without data conversion. Alternative platforms cannot read these proprietary files, which would prevent longitudinal comparison essential for accurate clinical interpretation. Currently four VISN 8 facility laboratories use the Sebia platform, which ensures compatibility, reliability, and streamlined workflows. This announcement is being issued for information purposes only and does not constitute a solicitation or request for competitive proposals. Responsible sources that oppose this decision may identify their interest by submitting their capability information and/or an OEM Authorization Letter by 12PM EST, on Monday Feb 13, 2026. Interested firms must indicate the following: 1. Name and address of company 2. Primary point of contact, including phone number and e-mail address 3. Federal Supply Schedule (FSS), if available 4. Applicable socioeconomic categories and any pertinent information, which demonstrates firm s ability to meet the requirement. 5. Experience. Brief descriptions of recent and relevant projects for tasks similar to those identified in paragraph one of this document. (1 page maximum) 6. Business size (the applicable NAICS code for this requirement is 334516) 7. Product and Service Code: 6640 A decision by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Government will not be responsible for any costs associated with the preparation of responses to this notification. All inquiries and submittals must be sent via email to Todd Pappas, Contracting Officer, at todd.pappas@va.gov. Telephone inquiries will not be accepted.
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.