4310--Sources Sought Notice: Pressure Probes For Isolation Rooms New York Harbor, Manhattan Campus.

SOL #: 36C24226Q0248Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
242-NETWORK CONTRACT OFFICE 02 (36C242)
ALBANY, NY, 12208, United States

Place of Performance

New York, New York

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Compressors And Vacuum Pumps (4310)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 2, 2026
2
Last Updated
Jan 12, 2026
3
Response Deadline
Jan 9, 2026, 9:00 PM

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.

THIS REQUEST IS FOR SOURCES SOUGHT AND IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.

THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFQ IN ACCORDANCE WITH (IAW) FAR 15.201(e).

DISCLAIMER

This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Sources Sought Notice is marked as proprietary and will be handled accordingly. IAW FAR 15.201(e), 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 Sources Sought Notice.

SOURCES SOUGHT DESCRIPTION

This is NOT a solicitation announcement. This is a Sources Sought Notice only. The purpose of this Sources Sought Notice is to gain knowledge of potential qualified sources and their size classification relative to NAICS code 339113 (size standard of 800 employees). Responses to this Sources Sought Notice will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 02 Network Contracting Office, is seeking sources that can provide Pressure Probes that at a minimum meets the following salient characteristics with a brand name or equal product for the Margaret Cochran Corbin VA Medical Center, Manhattan Campus:

1. Project Overview

The Department of Veterans Affairs Manhattan VA Medical Center requires the procurement and installation of new or replacement pressure monitoring probes for three designated clinical departments:

- Emergency Room (ER) Isolation Room

- Sterile Processing Service (SPS) Storage Room

- Surgical Intensive Care Unit (SICU) Isolation Room

This work includes delivery, installation, testing, and commissioning of new sensors and replacement of faulty units.

2. Equipment to Be Provided

- CCC 10080-DT-032 NIST Traceable Internal/External Temperature Sensor (Qty 5)

- CCC 10071-032 NIST Traceable Internal Temperature + Remote Sensor (Qty 20)

- CCC 10108-03-A NIST Traceable 24V 0.1 High Resolution Pressure Differential Monitor (Qty 10)

- CCC 10113-032 NIST Traceable Solid Simulator Probe 6 (Qty 5)

- CCC 10610-AN Analog Transmitter Installation Kit (Qty 40)

3. Scope of Work

3.1 Pre-Installation Activities

- On-site walk-through with VA Engineering & Infection Control.

- Inspect existing systems and determine necessary replacements or new installations.

- Verify integration requirements and mounting/wiring needs.

3.2 Installation Activities

- Install pressure differential probes and temperature sensors.

- Replace faulty sensors as identified.

- Install analog transmitter assemblies.

- Ensure compliance with VA standards, ASHRAE 170, and ICRA protocols.

3.3 Calibration & Commissioning

- Perform full NIST-traceable calibration.

- Test alarms, BAS integration, and pressure performance.

- Provide commissioning report to VA Engineering.

3.4 Documentation & Training

- Provide calibration certificates.

- Provide as-built documentation.

- Provide warranty papers and brief staff training.

4. Contractor Responsibilities

Contractor will provide all labor, materials, tools, safety equipment, and site cleanup while following infection control procedures.

5. VA Responsibilities

VA will provide access, infection control coordination, and necessary power/network connectivity.

6. Project Deliverables

- Completed installation in all units.

- Operational and calibrated monitoring systems.

- Certification package and training.

7. Warranty

Manufacturer standard equipment warranty and minimum 1-year labor warranty.

Line No.

Quantity

UOM

Item Description

1

5

EA

CCC 10080-DT-032

NIST Traceable Internal/External Tempera

2

20

EA

CCC 10071-032

NIST Traceable Internal Temperature + Re

3

10

EA

CCC 10108-03-A

NIST Traceable 24B/0.1 High Resolution P

Pressure Differential Monitor Lumity

4

5

EA

CCC 10113-032

NIST Traceable Solid Simulator Probe-6

5

40

EA

CCC 10610-AN

Analog Transmitter Installation

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications.

If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)?

(2) Is your company considered small under the NAICS code identified under this RFQ?

(3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?

(4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available).

(5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

(6) If you intend to sub contract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job.

(7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number.

(8) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract?

(9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award.

(10) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?

(11) Will the items you will be providing manufactured domestically in the United States or are they foreign manufactured items?

(12) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A.

(13) Please provide your Sam.gov Unique Entity ID number.

*** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics.

Responses to this notice shall be submitted via email to Jonatan.rondon@va.gov, telephone responses shall not be accepted. Responses must be received no later than January 9th, 2026. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

People

Points of Contact

Rondon, JonatanContracting OfficerPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
View
Version 1Viewing
Sources Sought
Posted: Jan 2, 2026
4310--RFQ: Environmental Sensors, Pressure Probes, Transmitters, and Probes, for the New York Harbor. | GovScope