6515--EQUIPMENT - V-SIGN SENSOR - Detroit

SOL #: 36C25026Q0206Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
250-NETWORK CONTRACT OFFICE 10 (36C250)
DAYTON, OH, 45428, United States

Place of Performance

Detroit, Michigan

NAICS

Surgical Appliance and Supplies Manufacturing (339113)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 6, 2026
2
Response Deadline
Jan 9, 2026, 9:30 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 is a SOURCES SOUGHT only pertaining to brand name or equal item(s) for the John D. Dingell VA Medical Center. Information collected during this Sources Sought may be used in a set aside. If a solicitation is issued, the Government will do so in accordance with the Federal Acquisition Regulation (FAR) and applicable VA acquisition policies.

The North American Industry Classification System (NAICS) number is 339113. The NAICS size standard is 800 employees.

Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the Small Business Administration (SBA) and be able to be located through SBA Dynamic Small Business Search.

Contractors that deem themselves capable of meeting the requirement shall provide the information listed below to Kellie Konopinski, Contracting Officer, at Kellie.Konopinski@va.gov and Ghazal Jones, Contract Specialist, at ghazal.Jones@va.gov no later than January 9th, 2026 at 4:30 pm EST., referencing Acquisition ID 36C25026Q0206

Responses shall include: (1) Business Name and Address (2) Contract number items are covered under, if applicable (3) Point of Contact name, phone number, and email address (4) SAM UEI and NAICS code (5) Business size (Small or Large) (6) Type of business (SDVOSB, VOSB, 8(a), HUBZone, Woman-Owned, etc.) (7) Information for the product proposed and identification of any salient characteristics not met (8) Country of manufacture (9) If the concern is not the manufacturer, provide the manufacturer s name, size standard, and an authorized distributor letter (10) If the concern is the manufacturer and sole distributor, provide documentation to that effect; if the manufacturer has authorized distributors, provide a list of those distributors (11) Current lead time of the proposed equipment

Contractors must be registered with https://www.sam.gov.

FOB is Destination.

Delivery is to:

John D. Dingell VA Medical Center 4646 John R Street Detroit, MI 48201

REQUIREMENTS:

Sentec V-Sign Sensor Continuous Transcutaneous CO Monitoring System John D. Dingell VA Medical Center Detroit, MI

Introduction

The John D. Dingell VA Medical Center Sleep Laboratory is seeking sources capable of providing a brand name or equal continuous transcutaneous CO (TCO ) monitoring system to support overnight sleep studies. The requested equipment will be used for direct patient care and ongoing clinical research activities, including collaboration with Wayne State University.

Scope

The contractor shall provide brand name or equal equipment to support continuous overnight monitoring of transcutaneous CO levels in the Sleep Laboratory. The equipment must integrate with the facility s existing Cadwell Easy III Polysomnography (PSG) system, associated workstations, and on-site server infrastructure.

LOCATION:

John D. Dingell VA Medical Center Sleep Laboratory 4646 John R Street Detroit, MI 48201

Minimum Specifications and Characteristics

The following are the minimum specifications and characteristics that must be met to satisfy the Government s requirement:

Continuous, non-invasive transcutaneous CO monitoring suitable for 8 10 hour overnight sleep studies Compatibility with the Cadwell Easy III PSG system currently in use Ability to interface with existing PSG workstations and on-site server architecture without additional hardware or software Compatibility with existing VA network configuration and research data architecture FDA-cleared for clinical sleep laboratory use Patient-dedicated monitoring capability

Required Equipment (Brand Name or Equal)

Sentec V-Sign Sensor (Stock #101342) tCOM+ Hospital USA (Stock #104255) PSG/tCOM+ Cable (Stock #PSG*tCOM+)

Delivery Requirements

The contractor shall provide delivery of the equipment FOB Destination to the John D. Dingell VA Medical Center. All items shall be new, unused, and delivered ready for clinical use.

DISCLAIMER

This Sources Sought notice is issued solely for market research purposes and does not constitute a solicitation. The Government will not pay for any information submitted in response to this notice. Participation in this Sources Sought does not guarantee inclusion in any future solicitation.

People

Points of Contact

Ghazal JonesContract SpecialistPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Sources Sought
Posted: Jan 6, 2026
6515--EQUIPMENT - V-SIGN SENSOR - Detroit | GovScope