6515--Thyroid Uptake System
SOL #: 36C24826Q0214Pre-Solicitation
Overview
Buyer
Veterans Affairs
Veterans Affairs, Department Of
248-NETWORK CONTRACT OFFICE 8 (36C248)
TAMPA, FL, 33637, United States
Place of Performance
Orlando, Florida
NAICS
Electromedical and Electrotherapeutic Apparatus Manufacturing (334510)
PSC
Medical And Surgical Instruments, Equipment, And Supplies (6515)
Set Aside
Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14) (SDVOSBC)
Original Source
Timeline
1
Posted
Jan 22, 2026
2
Last Updated
Jan 29, 2026
3
Response Deadline
Feb 10, 2026, 8:00 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.
Quick Summary
The Department of Veterans Affairs (VA), specifically the Network Contracting Office 8 (NCO 8), is soliciting proposals for a Thyroid Uptake System for the Orlando VA Healthcare System in Orlando, Florida. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity for a Firm-Fixed Price purchase order. Quotes are due by February 10, 2026, at 3:00 PM EST.
Scope of Work
The requirement is for a comprehensive Thyroid Uptake System. Key components and capabilities include:
- A 2-inch lead well and a Multichannel Analyzer (MCA) with a minimum of 1024 channels.
- Support for liquid and capsule dosing, standard dose, and decay method uptakes.
- Features such as wipe tests, automatic peak findings, graphing, preset and user-defined isotope energy ranges, and a count rate of at least 200,000 counts per second at 5% efficiency.
- Automated Quality Assurance (QA) functions including energy calibration, high voltage, gain adjust, zero adjust, efficiency, resolution, chi-square, and constancy.
- A well counter with a minimum of one inch lead thickness.
- An adjustable, articulating thyroid probe with an alignment rod.
- Inclusion of a neck phantom and a monitor of at least 20 inches.
- Additional requirements include a CAP DICOM interface, training, installation, 12 months of premier support, and test tubes for well wipes.
Contract Details
- Contract Type: Firm-Fixed Price purchase order.
- Set-Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14).
- NAICS Code: 334510, with a small business size standard of 1,250 employees.
- Place of Performance: Orlando VAMC, 13800 Veterans Way, Orlando, FL 32827.
- Period of Performance: All products are required on station on or before 60 days After Receipt of Order (ARO).
Submission & Evaluation
- Quotes Due: February 10, 2026, at 3:00 PM Eastern Standard Time (EST).
- Submission Method: Electronically via email to susan.rodriguez-perez@va.gov or Carl.Myers3@va.gov.
- Questions Due: January 26, 2026, at 3:00 PM EST, via email to susan.rodriguez-perez@va.gov or Carl.Myers3@va.gov.
- Evaluation Criteria: Award will be based on a best value basis, considering technical acceptability, past performance, delivery, warranty, and price. The award will go to the responsible quoter whose offer conforms to the solicitation and represents the best overall value.
- Eligibility: Prospective offerors must be registered in the System for Award Management (SAM) at www.sam.gov.
Key Dates & Contacts
- Published Date: January 29, 2026.
- Response Date: February 10, 2026, 3:00 PM EST.
- Primary Contact: Carl H Myers, Contract Specialist, Carl.Myers3@va.gov.
People
Points of Contact
Carl MyersContract SpecialistPRIMARY
Files
Files
No files attached to this opportunity