6515--Censitrac Laser
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) is conducting a Request for Information (RFI) / Sources Sought Notice to identify qualified sources capable of providing CensisMark Laser Unit and Training products for the Loma Linda VA Healthcare System. This is for market research and planning purposes only. Responses are due February 20, 2026.
Purpose & Scope
This RFI aims to gather information on potential qualified sources and their size classification relative to NAICS 332812 (size standard 500 Employees). The VA seeks to understand industry capabilities for providing a Brand Name CensisMark Fiber Laser unit or an equivalent system that meets specific salient characteristics. This information will inform future acquisition decisions.
Key Requirements
The VA requires a Fiber Laser Class 1 desktop system for marking surgical equipment. Key salient characteristics include:
- Auto focus, scanning glavo head, and red dot focal system.
- Compatibility and integration with Censitrac software.
- Air cooling and powered Z-axis.
- Marking speed of 0.1-60 seconds.
- Dimensions: 24.0"W x 35.0"D x 30.5"H (closed), 46.5"H (open) / 50lbs.
- Ability to mark materials such as Titanium, anodized titanium, aluminum, stainless steel, and plastics.
- Ytterbium Fiber laser type. Offerors providing "or equal" solutions must demonstrate how their product meets these salient physical and functional characteristics.
Submission Details
Interested parties must submit responses via email to victor.oliveros@va.gov by February 20, 2026, at 15:00 Pacific Local Time. Telephone responses will not be accepted.
Information Requested
Vendors are asked to provide:
- A capabilities statement detailing how they meet or cannot meet the salient characteristics.
- Feedback or suggestions on the salient characteristics.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 332812.
- Confirmation of being a manufacturer, authorized distributor, or solution provider.
- Details on distributors (if a large business) or alterations/modifications (if a small business distributor).
- Compliance with Limitations on Subcontracting, COTS status, Non-Manufacturer Rule, and Buy American Act.
- Lead time, estimated lifespan, support services, FDA clearance, and leasing options.
- Existing Federal Government contract information (FSS, GSA, etc.) and product availability on those contracts.
- General pricing information (for market research only).
- SAM.gov Unique Entity ID/Cage Code.
Place of Performance
Loma Linda VA Healthcare System, 11201 Benton St., Loma Linda, CA 92357.
Notes
This is solely for information and planning; it is not a solicitation. Responses are for market research only and will not be used for award evaluation.