6515--AIO 3x0 Base Plate (OR EQUIVALENT) Cleveland VAMC
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.
Special Notice
Special Notice
Page 7 of 7
Special Notice
*= Required Field
Special Notice
Page 1 of 7
36C25026Q0074
SPECIAL NOTICE
AIO 3x0 Base Plate (OR EQUIVALENT) Cleveland VAMC
This is a SOURCES SOUGHT NOTICE only. Responses to this notice will be used for information and planning purposes. No quotes are being requested or accepted at this time with this notice.
The Department of Veterans Affairs, Veterans Affairs, Cleveland VAMC has a requirement for AIO 3.0 Base Plate Stereotactic Body Radiation Therapy (SBRT) Immobilization Systems (OR EQUIVALENT), along with their associated accessories, positioning supports, cushions, boards, and related components. Potential Sources shall respond with their ability to provide these services / supplies as outlined in the draft SOW (Attachment 1).
The North American Industry Classification System (NAICS) code being considered for this procurement is 339112 Surgical and Medical Instrument Manufacturing and the PSC is 6515 Medical and Surgical Instruments, Equipment, and Supplies. The Small Business Size Standard is 1000 Employees. Responses to this notice should include the following:
Company
Unique Entity Identifier (UEI) number.
Company s address,
Point of Contact information (i.e. title, phone number and email address)
Company s capability to meet this requirement and any pertinent information which demonstrates the company s ability to meet the above requirements.
GSA Federal Supply Schedule contract number or other applicable contract vehicle contract number, if within scope of this effort (if applicable).
Country of Manufacture
Company s type of business (small or large) and socioeconomic status whether Service Disable Veteran Owned, Veteran Owned, Hubzone, 8(a), Women Owned, Small Disadvantaged, etc. If applicable, Service-Disabled Veteran Owned Small Businesses (SDVOSB) and Veteran Owned Small Businesses (VOSB) must be verified in https://search.certifications.sba.gov/. Response should provide enough information to determine if the vendor can comply with the limitations on subcontracting as defined in VAAR 852.219-74 and all applicable CFR references where applicable.
All responses shall be submitted in writing via email no later than 1700 HRS (EST) 08DEC25 to Don Caldwell at don.caldwell@va.gov.
Facsimile or telephonic responses will not be accepted. There will be no question and answer period for this sources sought.
Simply responding as an interested party does not constitute your company as a source. Offeror must provide the above requested information. After review of the responses to this sources sought notice, a solicitation announcement may be published on the SAM or GSA website in the near future. Responses to this sources sought announcement are not considered adequate responses to the solicitation announcement. All interested offerors will have to respond to the forthcoming solicitation announcement, in addition to responding to this sources sought notice. All interested parties must be registered with System for Award Management (SAM) at https://www.sam.gov in order to be eligible for award of Government contracts.
End of Document
See attached document: P01 SOW 26AP0475.