6515--Airway Clearance Units | 646
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), specifically the Pittsburgh VAMC University Drive, is conducting market research through a Sources Sought Notice to identify qualified firms capable of providing Airway Clearance Units. This is not a solicitation, but an effort to gauge market capabilities, particularly among Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB). Responses are due by March 14, 2026, at 10 AM EST.
Purpose
This Sources Sought Notice aims to identify potential sources for Airway Clearance Units. The government is not currently soliciting bids but reserves the right to do so. The VA is specifically interested in determining if there are two or more verified VOSB or SDVOSB concerns that can provide these units, which could lead to a future restricted competition in accordance with 38 U.S.C. 8127(d).
Scope of Interest
The VA requires Airway Clearance Units with specific salient characteristics, including fitting chest sizes 16-60, quickfit sizing, active venting, self-locking hoses, easy-to-clean design, and utilizing a triangle waveform for CPT. Key operational specifications include continuous use, operating temperature of 50°F to 92°F, and specific dimensions (13.5" L x 9" W x 13" H) and weight (17.5 lbs). The units must operate on 120 VAC RMS, 50/60Hz, Single phase, 500 Watts, with 5 A 125 VAC fuses. Vest materials are specified as 1050 Denier nylon (outer) and 200 denier nylon (inner), both PVC-coated, with nylon auto-adjusting straps and no natural rubber latex. Preference is given to American Manufactured Items. All items will be shipped to the North Loading Dock, Pittsburgh VAMC University Drive, Pittsburgh, PA 15240.
Information Requested
Interested parties must provide their Company Name, Address, Point of Contact, Phone Number, Email Address, Unique Entity ID, and CAGE Code. Respondents are also required to submit a capability statement, relevant literature, a Brochure/Specification Sheet for the product offered, and a Letter of Authorization from the Original Equipment Manufacturer (OEM).
Firms must answer specific questions regarding their socio-economic status under NAICS 339112 (Surgical Appliance and Supplies Manufacturing), including whether they are a Small Business, Veteran-Owned Small Business, Service-Disabled Veteran-Owned Small Business, HUB Zone firm, Woman Owned business, or Large Business. Additionally, firms should indicate if they hold a GSA/FSS schedule or GWAC for these items, providing relevant details.
Response & Contact
Responses to this Sources Sought are due by Saturday, March 14, 2026, at 10 AM EST. All submissions and questions must be sent via email to Ryan Hatfield at Ryan.Hatfield@va.gov. Phone calls will not be accepted regarding this requirement. SDVOSB and VOSB firms must be verified by the US Small Business Administration (US SBA) at https://search.certifications.sba.gov/.