6515--NX EQ Safe Label Printers for OR Medications (VA-26-00034633)
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), through its Strategic Acquisition Center (SAC) and Veterans Health Administration (VHA), is issuing a Sources Sought Notice to identify qualified sources for Codonics Safe Label System® (SLS) products or equivalent. The VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders for enterprise-wide delivery of these FDA Class II medical devices to VA medical centers and facilities across the United States (CONUS and OCONUS). Responses are due by April 6, 2026, at 12:00 PM Eastern Time.
Scope of Work
The requirement is for Safe Label Printers, which are FDA Class II medical devices designed to improve medication management and labeling accuracy in Operating Rooms (ORs) and other hospital settings. These systems provide real-time safety checks to eliminate medication errors and ensure Joint Commission compliance. The notice lists specific Codonics SLS models (SLS 600i, SLS 550i) and numerous accessories, feature keys, and warranty options.
Key Salient Characteristics (SCs) for proposed solutions include:
- FDA Class II medical device status.
- Integrated touch screen display and 2D barcode scanner for pharmaceutical labels.
- Color ink jet printer capable of printing syringe-compatible labels.
- Ability to alter medication concentrations and audibly verify scanned medication.
- Compliance with VA-approved IT and cybersecurity requirements (standalone or networked, no prohibited software or external cloud connectivity).
- Support for documentation and traceability of medication labeling transactions.
- Adherence to ISMP Guidelines for Safe Medication Use and Anesthesia Patient Safety Foundation (APSF) recommendations.
Contract & Timeline
- Contract Type: Sources Sought (planning purposes only); anticipates a Requirements Contract with FFP orders.
- Period of Performance: One (1) 12-month base period with four (4) 12-month option periods.
- NAICS Code: 339112 (Surgical and Medical Instrument Manufacturing), size standard 1,000 employees.
- Response Due: April 6, 2026, 12:00 PM ET.
- Published: March 18, 2026.
Submission Requirements
Interested vendors must provide:
- Full company name and address, Unique Entity Identifier (UEI), and business size.
- Indication of whether they are a manufacturer or distributor (if distributor, provide manufacturer details).
- Country of Origin designation for all products.
- Demonstrated ability to provide uninterrupted supply on a national scale.
- Technical literature clearly showing how proposed product(s) meet or exceed all 10 identified Salient Characteristics (for "or-equal" items).
- Any additional product solutions or configurations deemed beneficial to clinical functionality.
- A Capabilities Statement is optional.
Eligibility
- Active Federal Government contracts registration in SAM.gov is required at the time of offer/award.
- SDVOSB/VOSB offerors must be verified in the SBA database at the time of proposal submission.
Additional Notes
This is a Sources Sought notice for planning and informational purposes only and does not constitute a commitment to award a contract. The Government will not pay for information submitted in response to this notice.