6515--Infusion Printers
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 VISN 17 Network Contracting Office for the North Texas VAMC, has issued a Sources Sought / Request for Information (RFI) to identify potential sources capable of providing Infusion Printers. This is for information and planning purposes only and does not constitute a solicitation. Responses are due by May 22, 2026.
Scope of Work
The VA is seeking 12 Infusion Printers, which include a hardware and software solution for IV Tube labeling workflows. Key requirements include a minimum one-year full-service warranty, successful completion of acceptance testing (including accrediting body standards), and inspection by Biomed and Intensive Care staff. Detailed technical specifications are provided for dimensions, portability, power, battery, environment, and operating parameters. Contractors must also provide written reports on preventive maintenance, repair, and cleaning, detailed enough for Joint Commission inspectors.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 339112 (Size Standard: 1000 employees)
- Set-Aside: None specified; however, respondents are asked to identify their business size classification (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business).
- Response Due: May 22, 2026, 2:00 PM CST
- Published: May 11, 2026
Submission & Evaluation
Interested parties should submit company name, address, point of contact, business size, manufacturer/distributor status, details on any alterations/modifications, federal contract information (FSS GSA/NASA SEWP/NAC), and capabilities regarding salient characteristics and "equal to" items. Submissions for "equal to" items must provide clear, compelling evidence that they meet all salient characteristics and Statement of Work requirements. Confirmation of domestic end product status (per FAR 52.225-1) is also required. Responses will be used for market research to make appropriate acquisition decisions.
Additional Notes
This RFI is for planning purposes only and does not constitute a solicitation or a binding contract. Responses are not offers and cannot be accepted by the Government. Responders are solely responsible for all associated expenses. Submissions should be sent via email to Tammy.Wilson5@va.gov, referencing 36C25726Q0553. Telephone responses will not be accepted.