3510--Sources Sought - scrubEx Uniform Issue Control System Brand name or Equal w/ data monitoring via cloud or network
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), NCO20, is conducting a Sources Sought for market research to identify qualified sources for a scrubEx Uniform Issue Control System, brand name or equal, with data monitoring via cloud or network. This effort aims to inform future acquisition decisions and determine potential set-asides. Responses are requested from Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Business Manufacturers, other Small Businesses, and large businesses.
Scope of Requirement
The VA seeks a scrubEx Uniform Issue Control System, or an equal product from Manufacturer IPA (Innovative Product Achievement), to include:
- Dispensing/Receiving Units: scrubEx® 2.0 LV Remote Receiver (2), MV Dispenser/Receiver (2), LV Dispenser (3).
- Services: Pre-Installation, Installation, Start-Up, and Training (1 base, 6 additional units), Customer Server Update (1).
Key Salient Characteristics for "equal" products include: network capability, employee number/card dispensing, RFID tracking for scrub receipt, cloud-based inventory accessible from TCPF Office and PVAMC Uniform room, collection device capacity of 256 scrub sets, specific dimensions (width 24-26", height 72.4-78.2", depth 16.6-38.1", weight 430-473.9 lb), power requirements (110V 60Hz to 230C 50Hz), 10-24 hours battery backup, capacity for 38-170 sets (340 items), ability to meet unique sizing, UHF/RFID compatibility with cloud/networked data monitoring, reporting software for usage/outages/fail rates, and a minimum 1-year warranty.
Contract Details
The intended contract is a firm-fixed price supply purchase. The SBA Non-Manufacturer Rule is applicable, and no waiver will be sought. The anticipated NAICS code is 339112 (Surgical and Medical Instrument Manufacturing) with a small business size standard of fewer than 1,000 employees.
Submission Requirements
Potential contractors must submit the following information to peter.park2@va.gov:
- Company name, address, point of contact, phone, email, and UEI.
- Identification of company size and socioeconomic status (SDVOSB, VOSB, WOSB, HUBZone, Small Business Manufacturers, Other Small Business, Other than Small Business) against NAICS 339112.
- Proof of SBA certification for socioeconomic businesses.
- If not a manufacturer, proof of authorized dealer/reseller status; equipment must be new.
- A courtesy quote for price reasonableness.
- For "equal" products, clearly identify the item by brand name/make/model and provide descriptive literature demonstrating compliance with EACH salient characteristic.
- Country of origin for all items.
- Names of manufacturers and, if applicable, a narrative on meeting the non-manufacturer rule (13 CFR § 121.406(b)).
Eligibility & Set-Aside
This is a market research effort to determine the appropriate set-aside. Responses are sought from all business types, including SDVOSB, VOSB, Small Business Manufacturers, other Small Businesses, and large businesses, to assess the marketplace for this requirement.
Response Deadline & Contact
Responses are due by March 12, 2026, at 3:00 PM Pacific Time. Point of Contact: Peter Park, Contracting Officer, at peter.park2@va.gov. Place of Performance: Portland VA Medical Center, 3710 Southwest US Veterans Hospital Rd, Portland, OR 97239.
Important Notes
This notice is for market research only and does not obligate the Government to issue a solicitation or award a contract. The Government will not pay for response costs. Offerors must be registered in SAM.gov, and completion of the Online Representations and Certifications Application in SAM is desirable.