Skip to content
Department of Veterans Affairs

J066--Preventive Maintenance Services for 9700 Mini ProCycler X for Oklahoma City VA Medical Center (OKCVAMC)

Solicitation: 36C25926Q0201
Notice ID: 410b220ae42d4e05baedf4e78015c670
TypeSources SoughtNAICS 811210PSCJ066DepartmentDepartment of Veterans AffairsStateOKPostedFeb 03, 2026, 12:00 AM UTCDueFeb 13, 2026, 04:00 PM UTCExpired

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: OK. Response deadline: Feb 13, 2026. Industry: NAICS 811210 • PSC J066.

Market snapshot

Awarded-market signal for NAICS 811210 (last 12 months), benchmarked to sector 81.

12-month awarded value
$199,606,185
Sector total $250,480,672 • Share 79.7%
Live
Median
$100,658
P10–P90
$14,349$664,011
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
79.7%
share
Momentum (last 3 vs prior 3 buckets)
+32119%($198,370,955)
Deal sizing
$100,658 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for OK
Live POP
Place of performance
Department of Veterans Affairs Oklahoma City VA Medical Center, 921 NE 13th St. Oklahoma City., OK 73104
State: OK
Contracting office
Greenwood Village, CO • 80111 USA

Point of Contact

Name
Devin Reichert
Email
Devin.Reichert@va.gov
Phone
303-712-5709

Agency & Office

Department
VETERANS AFFAIRS, DEPARTMENT OF
Agency
VETERANS AFFAIRS, DEPARTMENT OF
Subagency
NETWORK CONTRACT OFFICE 19 (36C259)
Office
Not available
Contracting Office Address
Greenwood Village, CO
80111 USA

More in NAICS 811210

Description

Sources Sought Notice - Preventive Maintenance Services for 9700 Mini ProCycler X for Oklahoma City VA Medical Center (OKCVAMC) Disclaimer: This Request for Information (RFI) is issued solely for market research 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. 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. Information Requested from Industry: In response to the Sources Sought, interested Contractors shall submit the following information and any Capabilities/Qualifications Statement to include but not limited to an overview of proposed solution(s) and a description of the product your company possesses in accordance with the Statement of Work draft / Salient Characteristics List. Responses to market research table questionnaire shall be submitted. If this information is not provided, then it will be assumed the entire requirement cannot be met. Description of Requirement: The Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 19 (NCO 19) is conducting a market survey and is seeking potential sources for Preventive Maintenance Services for the 9700 Mini ProCycler X for the Oklahoma City VA Medical Center. This Sources Sought Notice is issued for information and planning purposes only. This is not a solicitation or a request for proposal and shall not be construed as an obligation or commitment by the Government. An award will not be made on any offers submitted in response to this notice, and it shall not be implied the Government is committed to providing any solicitation or award following this notice. The Government will not pay for any information received in response to this request, nor will the Government compensate a respondent for any costs incurred in developing the information provided. Requirement for Services: Item No. Item Description 1 9700 Mini ProCycler X Period of Performance: Base + Four Options SOW Requirements: Maintenance and Inspection Activities: Perform routine checks and maintenance according to the manufacturer s guidelines. Inspect and clean all components of the 9700 Mini ProCycler X, including filters, pumps, and condensers. Check for any leaks, corrosion, or wear and tear, and repair or replace parts as necessary. Verify the proper functioning of control systems and safety features. Test the 9700 Mini ProCycler X s performance and ensure it meets the specified operational standards. Calibrate all instruments and sensors to ensure accurate readings. Scheduled Maintenance: Develop and provide a detailed maintenance schedule outlining all preventive maintenance activities to be performed, including recommended intervals. Notify the Pathology and Lab s histology designated point of contact (POC) at least one week in advance of any scheduled maintenance visits. Emergency Services: Provide emergency maintenance services outside of scheduled maintenance visits as needed. In response to this announcement, please provide the information requested below requested in this market research table questionnaire. If this information is not provided, then it will be assumed the entire requirement cannot be met: NAICS Code: Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market Firm-Fixed Price Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act RFO 52.225-1 and RFO 52.225-2 Buy American Certificate What percentage of the proposed product (including leases and rentals) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Country of Origin: Questions for Small Businesses ONLY: If subcontracting, what added value do you offer (RFO 52.215-23): Nonmanufacturer Rule (RFO 52.219-33): Does your company manufacturer these proposed items? [Â ] yes [Â ] no Does your company exceed 500 employees? [Â ] yes [Â ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [Â ] yes [Â ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [Â ] yes [Â ] no Does your company 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 paragraph (b)(5) CFR 121.406. [Â ] yes [Â ] no If yes, what is the manufacturer s name? ________________ Response Instructions: Do not provide more than 8 pages, including cover letter page. Submit your response via email to devin.reichert@va.gov Submit your response NLT 09:00 (MST) on Friday, February 13, 2026; Mark your response as Proprietary Information if the information is considered business sensitive. VA has identified the appropriate North American Industry Classification System (NAICS) Code as 811210 Electronic and Precision Equipment Repair and Maintenance with a Small Business size of $34 Million. Please identify and explain any NAICS codes your company believes would better represent the predominant work included in the attached Statement of Work draft / Salient Characteristics List. (End of Sources Sought)

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

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.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.