Skip to content
Department of Veterans Affairs

H266--Biomed Test Equipment Annual Calibration

Solicitation: 36C25926Q0376
Notice ID: c8b52642999b4509b6d827cf29b51d6f
TypeSources SoughtNAICS 811210PSCH266Set-AsideSDVOSBCDepartmentDepartment of Veterans AffairsStateUTPostedMar 31, 2026, 12:00 AM UTCDueApr 10, 2026, 06:00 PM UTCCloses in 2 days

Sources Sought from VETERANS AFFAIRS, DEPARTMENT OF • VETERANS AFFAIRS, DEPARTMENT OF. Place of performance: UT. Response deadline: Apr 10, 2026. Industry: NAICS 811210 • PSC H266.

Market snapshot

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

12-month awarded value
$218,963,210
Sector total $372,650,811 • Share 58.8%
Live
Median
$100,290
P10–P90
$23,918$435,875
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
58.8%
share
Momentum (last 3 vs prior 3 buckets)
-83%(-$154,673,407)
Deal sizing
$100,290 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 UT
Live POP
Place of performance
George E. Wahlen VA Medical Center Medical Maintenance, 500 Foothill Drive • Salt Lake City, Utah • 80148 United States
State: UT
Contracting office
Greenwood Village, CO • 80111 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
UT20260031 (Rev 0)
Match signal: state matchOpen WD
Published Jan 02, 2026Utah • Davis
Rate
OPERATOR: Power Equipment (1) Mechanic
Base $27.55Fringe $15.65
Rate
a) Blade/Grader
Base $25.89Fringe $15.65
+49 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 49 more rate previews.
Davis-BaconBest fitstate match
UT20260031 (Rev 0)
Open WD
Published Jan 02, 2026Utah • Davis
Rate
OPERATOR: Power Equipment (1) Mechanic
Base $27.55Fringe $15.65
Rate
a) Blade/Grader
Base $25.89Fringe $15.65
Rate
Backhoe/Excavator, Front End Loader (Over 5 cu. yds. )
Base $25.37Fringe $15.65
+48 more occupation rates in this WD
Davis-Baconstate match
UT20260087 (Rev 0)
Open WD
Published Jan 02, 2026Utah • Utah
Rate
CARPENTER (Drywall Hanging and Metal Stud Installation Only)
Base $31.66Fringe $13.97
Rate
ELEVATOR MECHANIC
Base $55.43Fringe $38.43
Rate
PAINTER (Spray Only)
Base $26.00Fringe $8.78
+20 more occupation rates in this WD
Davis-Baconstate match
UT20260091 (Rev 0)
Open WD
Published Jan 02, 2026Utah • Davis
Rate
POWER EQUIPMENT OPERATOR (Mechanic)
Base $33.04Fringe $16.09
Rate
TRAFFIC CONTROL (Flagger)
Base $23.71Fringe $9.78
Rate
TRUCK DRIVER (Dump Truck)
Base $29.67Fringe $14.65
+6 more occupation rates in this WD
Davis-Baconstate match
UT20260004 (Rev 0)
Open WD
Published Jan 02, 2026Utah • Kane, San Juan
Rate
CARPENTER (Including Formwork and Framing)
Base $10.00Fringe $0.00
Rate
ELECTRICIAN
Base $12.76Fringe $0.00
Rate
Carpet (Carpet, Vinyl, and Linoleum)
Base $11.00Fringe $0.00
+4 more occupation rates in this WD

Point of Contact

Name
Contract Specialist
Email
eric.ayers@va.gov
Phone
801-582-1565 x1808

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 Sources Sought Notice Sources Sought Notice *= Required Field Sources Sought Notice SUBJECT* Biomed Test Equipment Annual Calibration GENERAL INFORMATION CONTRACTING OFFICE S ZIP CODE* 80111 SOLICITATION NUMBER* 36C25926Q0376 RESPONSE DATE/TIME/ZONE 04-10-2026 1200 MOUNTAIN TIME, DENVER, USA ARCHIVE 30 DAYS AFTER THE RESPONSE DATE RECOVERY ACT FUNDS N SET-ASIDE SDVOSBC PRODUCT SERVICE CODE* H266 NAICS CODE* 811210 CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office NCO 19 6162 South Willow Drive, Suite 300 Greenwood Village CO 80111 POINT OF CONTACT* Eric Ayers Contract Specialist eric.ayers@va.gov PLACE OF PERFORMANCE ADDRESS George E. Wahlen VA Medical Center Medical Maintenance 500 Foothill Drive Salt Lake City UT POSTAL CODE 80148 COUNTRY USA ADDITIONAL INFORMATION AGENCY S URL URL DESCRIPTION AGENCY CONTACT S EMAIL ADDRESS EMAIL DESCRIPTION DESCRIPTION STATEMENT OF WORK (SOW) as of 3/31/2026 1. Contract Title: Test, Measurement, and Diagnostic Equipment (TMDE) Calibration contract 2. Period of Performance: Period of performance will be a BY + 4 OY contract Base Year: 5/15/2026 to 5/14/2027 Option Year 1: 5/15/2027 to 5/14/2028 Option Year 2: 5/15/2028 to 5/14/2029 Option Year 3: 5/15/2030 to 5/14/2031 Option Year 4: 5/15/2031 to 5/14/2032 3. Background: The George E. Wahlen VAMC needs this calibration contract to be put in place to ensure we comply with TJC requirements, ensuring our test equipment is certified and able to be used on medical devices to safely and accurately pass preventative maintenance inspections on equipment. Per TJC we cannot certify our own TMDE and need vendors with certified and calibrated equipment to ensure our devices are still accurate or make them accurate again. 4. Scope: The contractor shall provide calibration services to the list of equipment found below in Table. All services shall be provided in accordance with the specifications, terms and conditions contained herein. NOTE: If/when equipment on this list is replaced by new equipment, the calibration process requirement for the old item will be assigned to the new equipment and the list updated. Table A: Equipment models, EEs, serials, and locations that must be included in this agreement. Mfg. Model Description Asset Serial # Ideal 61-361 DMM EE01430 228712 Bio-Tek DPM-1 Pneumatic Transducer Tester EE05125 504 Dynatech Nevada 453A Electrosurgical Analyzer EE09693 1603 Bio-Tek MPS-1 Patient Simulator EE09707 1031 Fluke Biomedical ESA615 Safety Analyzer EE111280 5541033 Fluke Biomedical ESA620 ELECTRICAL SAFETY ANALYZER EE111308 5521045 Fluke Biomedical ESA620 ELECTRICAL SAFETY ANALYZER EE111309 5520074 Fluke Biomedical PROSIM 8 VITAL SIGNS SIMULATOR EE111310 5562036 Fluke Biomedical PROSIM 8 VITAL SIGNS SIMULATOR EE111311 5563511 Fluke Biomedical PROSIM 8 VITAL SIGNS SIMULATOR EE111312 5562502 Fluke Biomedical QA-ES III ELECTROSURGICAL ANALYZER EE111313 5567032 Fluke Biomedical IDA-5/2 CHANNEL INFUSION DEVICE ANALYZER - 2 CHANNEL EE111314 5571054 Fluke Biomedical IDA-5/2 CHANNEL INFUSION DEVICE ANALYZER - 2 CHANNEL EE111318 5571059 Fluke Biomedical IDA-5/4 CHANNEL INFUSION DEVICE ANALYZER - 4 CHANNEL EE111432 5598076 Fluke Biomedical IDA-5/4 CHANNEL INFUSION DEVICE ANALYZER - 4 CHANNEL EE111433 5598078 Fluke Biomedical ESA620 ELECTRICAL SAFETY ANALYZER EE111740 5571720 Fluke Biomedical SPOT Light SPO2 TESTER, PULSE OXIMETER ANALYZER EE111769 5579084 Fluke Biomedical SPOT Light SPO2 TESTER, PULSE OXIMETER ANALYZER EE111770 5578085 Fluke Biomedical SPOT Light SPO2 TESTER, PULSE OXIMETER ANALYZER EE111771 5578090 Fluke Biomedical SPOT Light SPO2 TESTER, PULSE OXIMETER ANALYZER EE111772 5578600 Fluke Biomedical VT900A FLUKE VT900A GAS FLOW ANALYZER EE111821 5538015 Fluke Biomedical VT900A FLUKE VT900A GAS FLOW ANALYZER EE111822 5564890 Fluke Biomedical DPM4-2G DIGITAL PRESSURE METER (HIGH PRESSURE) EE111934 5626078 Fluke Biomedical DPM4-2G DIGITAL PRESSURE METER (HIGH PRESSURE) EE111935 5643026 Fluke Biomedical DPM4-2H DIGITAL PRESSURE METER (LOW PRESSURE) EE111936 5550067 Fluke Biomedical DPM4-2H DIGITAL PRESSURE METER (LOW PRESSURE) EE111937 5642025 Dynatech Nevada 232D Safety Analyzer EE16171 5821 Fluke 87 DMM EE16939 69070614 Fluke 87 DMM EE16973 50200632 Fluke 87 DMM EE16973 67890685 Bio-Tek MPS-1 Patient Simulator EE17172 86605 Fluke 87 DMM EE17631 48951948 Fluke Biomedical 232D Safety Analyzer EE17811 6351 Dynatech Nevada 232D Safety Analyzer EE17830 6352 Dynatech Nevada MedTester 5000 Safety Analyzer EE18571 2183 Fluke 87 DMM EE21245 63140577 Fluke 87 DMM EE21246 63980053 Newport HHCT-1 Calibrator/Thermometer EE21278 T100413 Augustine Medical 221 Temperature Test Kit EE21457 22100A00314 Pronk Technologies OX-1 SpO2 Simulator EE22352 Ox3918 Timeter RT-200 Calibration Analyzer EE22357 W113I DNI Nevada 207B Pressure Meter EE30930 2527 DNI Nevada 207B Digital Pressure Meter EE36630 2524 Fluke Biomedical MedTester 5000C Safety Analyzer EE43586 900005 BC Biomedical DPM-2001 Pressure Meter EE44890 73251279F BC Biomedical DPM-2001 Pressure Meter EE44891 73251281F Tektronix TPS 2012 Oscilloscope EE46245 C010992 Fluke Biomedical SigmaPace 1000 External Pacemaker Analyzer EE47015 9354037 Cole Parmer 8528-20 Thermometer EE47156 590536 Fluke Biomedical UW-5 Ultrasound Wattmeter EE47173 50241 Ideal 61-360 DMM EE47193 959065 Fluke 187 DMM EE47253 76951496 Fluke Biomedical MPS450 Patient Simulator EE47610 945025 Fluke Biomedical QA-ESII Electrosurgical Analyzer EE50975 100302 Dale 2000 LIM/GFI Tester EE55008 1119034 Dale 2000 LIM/GFI Tester EE55009 1119035 Pronk Technologies OX-1 SpO2 Simulator EE55010 Ox1731 Pronk Technologies OX-1 SpO2 Simulator EE55011 Ox2332 Pronk Technologies SC-5 NIBP Simulator EE55141 3095 BC Biomedical DPM-2001 Pressure Meter EE55425 73251812J BC Biomedical DPM-2001 Pressure Meter EE55426 73251813J Fluke 87-5 DMM EE62574 19290105 Fluke Biomedical ESA615 Safety Analyzer EE68375 2477041 Dynatech Nevada 232D Safety Analyzer EE68380 5317 Fluke 87-5 DMM EE70957 16210366 Fluke 376 Clamp Meter EE70966 16641229 TSI 4074B Low Flow Module EE70967 40740912001 Meriam M1 Manometer EE70968 936000031 TSI 4082C Low Flow Module EE70969 40820932004 TSI 4071A High Flow Module EE70971 40710933002 Pronk Technologies SL-8 SimSlim EE71069 494 Pronk Technologies SL-8 SimSlim EE71070 316 Pronk Technologies SC-5 NIBP Simulator EE71071 3462 Pronk Technologies SC-5 NIBP Simulator EE71072 3480 Pronk Technologies OX-1 SpO2 Simulator EE71073 Ox1878 Pronk Technologies OX-1 SpO2 Simulator EE71074 Ox2911 Pronk Technologies SC-5 NIBP Simulator EE71075 2868 TSI 4081G High Flow Module EE71080 40810931004 Fluke 66 IR Thermometer EE74308 9458-0511 Fluke 87-5 DMM EE74821 13980164 Fluke Biomedical 190-502 SCOPEMETER EE81435 36315601 Fluke Biomedical ProSim 8 Vital Signs Simulator EE81437 3658047 Pronk Technologies OX-1 SpO2 Simulator EE81526 Ox3919 Mesa Labs 90XL Cond/pH/Press/Temp Meter EE82621 9X008841 Fluke Biomedical IMPULSE 7000DP DEFIBRILLATOR ANALYZER EE86459 4344058 Fluke 7010 Defibrillator Load EE86460 4353002 Fluke Biomedical IMPULSE 7010 Load DEFIBRILLATOR ANALYZER LOAD EE86460 4353002 Fluke Biomedical SigmaPace 1000 External Pacemaker Analyzer EE86461 4333030 BC Biomedical DPM-2350 Pressure Meter EE93129 73215175NNFC2068 BC Biomedical DPM-2350 Pressure Meter EE95415 73215175NNFC2117 Fluke 123 Scopemeter  DM9510120 Fluke 187 DMM  78980048 Fluke 287 DMM  15160155 Dale 601 Safety Analyzer  2122717 Dale 601 Safety Analyzer  8974011 B&K Precision 710 Type K Thermometer  114K16109 B&K Precision 710 Type K Thermometer  114K16122 Hanson 895 Hanging Scale  7895 Fluke 1503 Insulation Tester  42530654WS Fluke 1503 Insulation Tester  42530655WS Fluke Biomedical 07-487 Digital mAs Meter  800396-108264 Fluke Biomedical 232D Safety Analyzer  9547015 Tenma 72-7270 Resistance Decade Box  I419455 Fluke 80TK Thermocouple Module  062507KWS01 Fluke 80TK Thermocouple Module  36410042 Fluke 87-3 DMM  71462604 Fluke 87-5 DMM  13980160 Fluke 87-5 DMM  88590217 BC Biomedical DPM-2350 Pressure Meter  73215175NNFC1225B IET HPRS-F-6-1 High Power Resistance Substitutor  E1-18131509 Fluke Biomedical MedTester 5000C Safety Analyzer  90422 Ohio Medical P473030 Oxygen Analyzer  MNXN00075 SenSym PDM200M Manometer  J1340 Fluke PV350 Pressure/Vacuum Module  062807KWS06 Pronk Technologies SC-5 NIBP Simulator  3468 Pronk Technologies SC-5 NIBP Simulator  3467 Pronk Technologies SL-8 SimSlim  350 Fluke Biomedical ESA609 FLUKE ELECTRICAL SAFETY ANALYZER EE128961 6992105 Fluke Biomedical ESA609 FLUKE ELECTRICAL SAFETY ANALYZER EE128962 6992106 Fluke Biomedical ESA609 FLUKE ELECTRICAL SAFETY ANALYZER EE128963 6992107 Fluke Biomedical ESA609 FLUKE ELECTRICAL SAFETY ANALYZER EE128964 6920032 Fluke Biomedical 51-2 THERMOMETER/CALIBRATOR EE128994 67750047MV Fluke Biomedical 51-2 THERMOMETER/CALIBRATOR EE128995 67750048MV 5. Specific Tasks: 5.1 Task 1 Calibration: The vendor shall provide Calibration services within the month of June. This will include and required parts, system verification, alignment, and adjustments for the equipment listed in Table A. This is provided by the vendor at no additional customer cost than what is agreed upon in this contract. 5.1.1: Subtask 1 Inspection and Calibration specifications: The vendor shall inspect and calibrate the Equipment listed in Table A in accordance with OEM policies and procedures for performing preventative maintenance in effect at the time the Services are performed. 6. Definitions/Acronyms: Acceptance Signature - VAMC employee who indicates FSE demonstrated service conclusion/status and user has accepted work as complete/pending as stated in ESR. Authorization Signature - COR's signature; indicates COR accepts work status as stated in ESR. Biomedical Engineering - Supervisor or COR designee CM Corrective Maintenance. Maintenance tasks that are undertaken to identify, isolate and repair a fault to restore equipment, a machine or a system to an operational condition so it can perform its intended function. Services may include troubleshooting, disassembly, adjustment, repair, part replacement, realignment, and operational verification to manufacturers or VA s performance specifications, whichever is most rigorous. CDRH - Center for Devices and Radiological Health CO - Contracting Officer. COR - Contracting Officer's Representative. ESR - Vendor Engineering Service Report. Documentation of the services rendered for each incidence of work performance under the terms and conditions of the contract. FSE - Field Service Engineer. A person who is authorized by the contractor to perform maintenance (corrective and/or preventive) services on the VA Outpatient Clinic premises. NFPA - National Fire Protection Association. OEM - Original Equipment Manufacturer TJC The Joint Commission VAMC - Department of Veterans Affairs Medical Center 7. Performance Monitoring: Performance monitoring will be conducted by the COR and subsequent necessary Biomed staff to certify that work was done in accordance with this contract. This work will be conducted via two ways. Vendor will need to report to Biomed any time they come on site to check in. This may include obtaining appropriate contractor ID badges from Police. This ensures we are aware of you on site and performing work. For more information on this monitoring step see section 9.5 Reporting Requirements Service Reports will be asked to be given by the vendor to list all work completed during the reporting period, as well as work scheduled for the upcoming period. This will ensure that timely progress is made by the vendor. Please see section 8.3 Service Report documentation. 8. Other Pertinent Information or Special Considerations: Service Report Requirements: The documentation must be provided in a timely manner. Documentation delivery is not to exceed 72 hours post service. This documentation will include equipment downtime and detailed descriptions of the preventative maintenance procedures performed, including replaced parts and prices required to maintain the equipment in accordance with conformance standards. Such documentation shall meet the guidelines as set forth in the Conformance Standards. In addition, each ESR must at a minimum document the following data legibly and in complete detail: Name of Contractor Name of FSE who performed services. Contractor Service ESR Number/Log Number. Date, Time (starting and ending), Hours-On-Site for service call. VA Purchase Order Number(s) (if any) covering the call, if outside normal working hours. Description of Problem Reported by COR/User. Identification of Equipment to be serviced to include the following: Equipment ID #; or EE#/MX#/Nuvolo# from the bar-code, Manufacturer's Name, Device Name, Model#, Serial #, and any other Manufacturer's identification numbers. Itemized Description of Service(s) Performed (including Costs associated with after normal working hour services), including Labor and Travel, Parts (with part numbers) and Materials and Circuit Location of problem/corrective action. Total Cost to be billed. Signatures from the following: FSE performing services described. VA Employee who witnessed service described. Equipment downtime calculated in accordance with Conformance Standards. 8.2 Service Manuals: The VAMC shall not provide service manuals or service diagnostic software to the contractor for use in providing services under this contract. The contractor shall obtain, have on file, and make available to its FSE's all operational and technical documentation, (such as operational and service manuals, schematics, and parts list), which are necessary to meet the performance requirements of this contract. The location and listing of the service data manuals, by name, and/or the manuals themselves shall be provided to the CO upon request. 8.3 Reporting Requirements: The contractor shall report to Biomedical Engineering to "check-in" upon arrival and prior to performance of work under this contract. This check-in is mandatory and can be accomplished in person or by phone contact. Prior to arrival please follow the below instructions: VA SLC Campus Map which details the location of the patient parking garage and main medical center entrance. On the scheduled service date please call 801-582-1565 x1005 when you re 30 minutes from the medical center. Please park your vehicle in the patient parking garage on the bottom level. Please re-call call 801-582-1565 x1005 once your vehicle is parked and -then proceed to the medical center lobby. The intended Biomedical Staff member will meet you in the main lobby to check in and take you to the equipment to be serviced. When the service(s) is/are completed, the FSE shall document the services rendered on a legible ESR(s). The FSE shall be required to check out with the Biomedical Engineering Department (location to be specified at time of contract award) and submit the ESR(s) to the COR. All ESRs shall be submitted to the equipment user for an "acceptance signature" and to the COR for an "authorization signature." If the COR is unavailable, a signed accepted copy of the ESR will be sent to the COR within 5 business days of work completion. FAILURE TO COMPLY, EITHER IN WHOLE OR IN PART, WITH EITHER THE NOTIFICATION OR ESR REQUIREMENTS WILL BE DEEMED SIGNIFICANT NON-COMPLIANCE WITH THE CONTRACT AND MAY BE JUSTIFICATION FOR TERMINATION OF THE CONTRACT. 8.4 Condition of Equipment: The contractor accepts responsibility for the equipment described in Section B, in "as is" condition. Failure to inspect the equipment prior to contract award will not relieve the contractor from performance of the requirements of this contract. Competency of Personnel Servicing Equipment: Each respondent must have an established business, with an office and full-time staff. The staff includes a "fully qualified" FSE and a "fully qualified" FSE who will serve as the backup. "Fully Qualified" is based upon training and on experience in the field. For training, the FSE(s) shall have successfully completed a formalized training program, for the equipment identified in Section B. For field experience, the FSE(s) shall have a minimum of two years of experience, with respect to preventive maintenance on equipment identified in Section B. The FSE(s) shall be authorized by the contractor to perform the maintenance services as required. All work shall be performed by "Fully Qualified" competent FSEs. The contractor shall provide written assurance of the competency of their personnel and a list of credentials of approved FSEs for each make and model the contractor services at the VAMC. The CO may authenticate the training requirements, request copies of training certificates or credentials from the contractor at any time for any personnel who are servicing or installing any VAMC equipment. The CO and/or the COR specifically reserve the right to reject any of the contractor's personnel and refuse them permission to work on the VAMC equipment. 8.6 Test Equipment: Prior to commencement of work on this contract, the contractor shall make available if requested a copy of the current calibration certification of all test equipment that is to be used by the contractor in performing work under the contract. This certification shall also be provided on a periodic basis when requested by the VAMC. Test equipment calibration shall be traceable to a national standard. 8.7 Identification, Parking, Smoking, Cellular Phone use and VA Regulations: The contractor's FSE shall wear visible identification at all times while on the premises of the VAMC. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police-Security Service. The VAMC will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VAMC. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. 9. Risk Control: 9.1 Conformance Standards: Contractor shall provide services and material to ensure that the equipment functions in conformance with the latest requirements of NFPA-99, TJC, NEC, OSHA, HIPAA, Federal and VA security specifications and requirements as applicable. The equipment should be maintained such that it meets or exceeds the performance specifications as established in the OEM s technical specifications. Additional performance specifications that exceed the OEM specifications shall be specified in writing by the VA. 9.2 Reporting Required Services Beyond the Contract Scope: The Contractor shall immediately, but no later than 24 consecutive hours after discovery, notify the CO and COR, (in writing), of the existence or the development of any defects in, or repairs required to the scheduled equipment which the Contractor considers he/she is not responsible for under the terms of the contract. The contractor shall furnish the CO and COR with a written estimate of the cost to make necessary repairs. Compliance with OSHA Bloodborne Pathogens Standard: The contractor shall comply with the Federal OSHA Bloodborne Pathogens Standard. The contractor shall: Have methods by which all employees are educated as to risks associated with bloodborne pathogens. Have policies and procedures that reduce the risk of employee exposure to bloodborne pathogens. Have mechanisms for employee counseling and treatment following exposure to bloodborne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, mouthpieces for t…

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.