Navigate the lattice: hubs for browsing, trends for pricing signals.
Page 5 of 5 Page 1 of Page 1 of Page 1 of Page 1 of DESCRIPTION This is not a solicitation but rather a Request for Information (RFI/Sources Sought) for market research purposes only. Department of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, is issuing this Sources Sought in order to identify capable firms and obtain information for planning purposes only. Responses must be submitted by 12:00 PM EST, January 30th, 2026. Submit responses to this Sources Sought via email to james.ferro@va.gov All SDVOSB and VOSB firms that respond shall include proof of SBA certification via https://veterans.certify.sba.gov/All small business firms that respond shall include proof of small business status via their Representations and Certifications in accordance with (FAR 4.1102 Policy). While SDVOSB/VOSB firms are preferred, all capable firms are welcome to respond to this Sources Sought. All respondents to this Sources Sought shall include as part of their response answers to the below questions and provide any additional pertinent information that supports the answers. If there are any ambiguities in this Sources Sought, please identify them in your response. The results of this market research will assist in the development of (1) the requirement, and (2) the acquisition strategy (e.g., socioeconomic set-aside, full and open competition, etc.). VA assumes no responsibility for any costs incurred associated with the preparation of responses. Suggested NAICS: 339112 Surgical and Medical Instrument Manufacturing Suggested PSC: 6515 Medical and Surgical Instruments, Equipment, and Supplies Open to suggestions from the market as to a more proper NAICS and/or PSC, as well as any potential GSA/FSS Schedule SIN categories. Items to be Procured: Manufacturer Part # Item Description Item Quantity A52864 QS ABS Q DPCR SYSTEM, DKTP 1 4363991 PRIMER EXPRESS 1-USER LICENSE EACH 1 A52865 QS ABS Q MAP16 PLATE KIT 1 A52732 ABSOLUTE Q DPCR STARTER KIT 1 A26774 KIT,802.11AC/B/G/N WIFI DONGLE EACH 1 A52632 SMARTSTART, QSTUDIOABSQ, CS EA 1 Statement of Work: 4. Scope. Minimum specifications that were identified: Single instrument set up requiring under 10 minutes of hand time with samples to perform absolute and accurate quantification without the need for standard curves or the use of sample replicates. Ability to combine amplification and detection in a single reaction to eliminate post-PCR manipulations. Complete 40 cycles of digital PCR using a fluorogenic 5´ nuclease assay in a digital PCR plate in under 90 minutes. Ability to detect down to 0.1% mutant allele frequency with a background of at least 10,000 copies of wild type target. Ability to detect down to 0.5 template copies/µL with 95% confidence relative to a no-template control Utilizes >95% of a loaded sample across >99% of available microchambers. Sample utilization exceeds 95%. Salient Characteristics: Optical channels 5 (fixed configuration) Illumination Red, blue, green, high powered LED Multiplexing 4 targets (5 optical channels, ROX dye used for reference) Dynamic range 5 orders of magnitude Sensitivity 1-100,000 copies Precision Plus/minus 10% Sample throughput Up to 16 samples per run Arrays can be run in 4 on a single plate Microchambers per reaction 20,480 Percentage of sample analyzed 95% Overall Dimensions 24.5 inches long x 23.5 inches wide x 21.2 inches high Weight 132 pounds Connections Power, USB 3.0 (to dedicated PC) Cooling Mode Forced convection Power input 100-240 VAC, 50-60 Hz Power rating 1,200-1,600 W Rated current 12 A (110 V), 8.5 A (230 V) Maximum noise level 70 dB Compatible dyes blue, green, yellow, red, deep red Color Excitation filter nm Emission filter nm Examples of compatible dyes 1 Blue 466 520 FAM 2 Green 514 560 HEX, VIC 3 Yellow 549 589 ABY 4 Red 589 625 ROX 5 Deep red 630 684 JUN, Cy5 If you are interested, please e-mail the following information: Company Name: UEI Number: Cage Code: Dun & Bradstreet Number: Person of Contact (including telephone number and email address). Socio-economic status (SDVOSB, VOSB, Woman-Owned, Other etc.). Are you a distributor or a manufacturer? If you are an authorized distributor, please provide confirmation on Company Letter Head. If you are a distributor, who is the manufacturer? Where is the manufacturer located in the world? Do you currently hold a government contract? Contract Number? Type of contract? Are these particular quoted items under contract? With whom (GSA, SEWP, etc )? If GSA what Schedule and SIN? Can your company provide the service for the listed Department of Veterans Affairs locations? Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 1 of Page 5 of 5 Page 5 of 5 Page 1 of 2 Page 1 of Page 1 of Page 1 of Page 1 of Does your firm utilize the suggested NAICS and PSC per this Sources Sought Notice? If not, please suggest a more appropriate NAICS and/or PSC and explain why it s more appropriate? How do you invoice for this service, including rates? What Certifications, State and/or Federal, if any must you have to perform this service? Please list all of your concerns, questions and ambiguities below. Questions will not be addressed directly but will be used by the Government in the event that this Sources Sought would move forward to solicitation. Please provide estimated rates if possible.
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 339112 (last 12 months), benchmarked to sector 33.