6515--Digital Polymerase Chain Reaction (dPCR) System
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), Network Contracting Office 5, is conducting a Sources Sought / Request for Information (RFI) for market research purposes to identify capable firms that can provide a Digital Polymerase Chain Reaction (dPCR) System and related components. This RFI aims to gather information for planning the requirement and acquisition strategy. Responses are due by January 30, 2026, at 12:00 PM EST.
Scope of Interest
The VA is interested in a dPCR system with specific minimum specifications and salient characteristics. Key items include:
- QS ABS Q DPCR SYSTEM, DKTP
- PRIMER EXPRESS 1-USER LICENSE EACH
- QS ABS Q MAP16 PLATE KIT
- ABSOLUTE Q DPCR STARTER KIT
- KIT,802.11AC/B/G/N WIFI DONGLE EACH
- SMARTSTART, QSTUDIOABSQ, CS EA
The system must offer a single instrument setup requiring under 10 minutes of hand time, perform absolute and accurate quantification without standard curves, combine amplification and detection in a single reaction, and complete 40 cycles of digital PCR in under 90 minutes. It should detect down to 0.1% mutant allele frequency and 0.5 template copies/µL, utilizing over 95% of the loaded sample. Salient characteristics include 5 fixed optical channels, 4-target multiplexing, 5 orders of magnitude dynamic range, 1-100,000 copies sensitivity, and up to 16 samples per run.
Submission Details
- Type: Sources Sought / Request for Information (RFI)
- Response Due: January 30, 2026, 12:00 PM EST
- Submission Method: Email to james.ferro@va.gov
- Suggested NAICS: 339112 – Surgical and Medical Instrument Manufacturing
- Suggested PSC: 6515 – Medical and Surgical Instruments, Equipment, and Supplies
- Set-Aside: While Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) are preferred, all capable firms are encouraged to respond. Proof of SBA certification or small business status is required.
Information Requested
Respondents must provide:
- Company Name, UEI, Cage Code, Dun & Bradstreet Number
- Point of Contact (name, phone, email)
- Socio-economic status
- Manufacturer or Distributor status (with confirmation if distributor, and manufacturer details)
- Current government contract information (number, type, items under contract, agency, GSA Schedule/SIN if applicable)
- Ability to provide service for Department of Veterans Affairs locations
- Confirmation or alternative suggestions for NAICS/PSC
- Invoicing methods and estimated rates
- Required certifications
- Any concerns, questions, or ambiguities regarding the RFI.
Additional Notes
This RFI is for market research and planning purposes only; it is not a solicitation. The VA assumes no responsibility for costs incurred by respondents. The information gathered will inform the development of the requirement and the acquisition strategy, including potential socioeconomic set-asides.