6515--Thyroid Uptake 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), specifically the Martinsburg VAMC, is soliciting quotations for a Captus 4000e (or equal) Thyroid Uptake System. This is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside opportunity, aiming to award a single Firm-Fixed Price (FFP) contract. The system is required to measure ionizing radiation for diagnosing thyroid conditions. Quotations are due by Monday, April 27, 2026, at 1:00 PM EST.
Scope of Work
The procurement is for a new thyroid uptake probe with a 2” well system. This one-time purchase includes the system, a DICOM interface, a neck phantom, complete installation, and one day of on-site training. The system must be connectable to the VA network.
Key Requirements
Offerors must propose a brand name or equal thyroid uptake probe with a 2” well, demonstrating that any "equal" product meets the salient physical, functional, or performance characteristics detailed in Attachment A. Key features include a fully integrated DICOM interface, specific quality assurance capabilities (energy calibration, zero adjust, gain adjust, detector efficiency, resolution, chisquare, constancy), and components such as an uptake with 2” wells, a neck phantom, and a capsule counting probe. The system requires a 20-inch color touch screen, ergonomic adjustable monitor, articulating collimator arm, PC connectivity, and mobility. No remanufactured or gray market items are acceptable; vendors must be an OEM, authorized dealer, distributor, or reseller, verified by OEM authorization.
Contract Details
- Contract Type: Firm-Fixed Price (FFP)
- Delivery: Within 60 days After Receipt of Order (ARO) to Martinsburg VAMC, 510 Butler Avenue, Martinsburg, WV 25405. All shipping costs are FOB Destination.
- Warranty: Manufacturer standard warranty of at least one year.
- Options: The Government may exercise options for increased quantity (up to 50% of line items) and to extend the contract term (total duration not to exceed 12 months).
Set-Aside & NAICS
This opportunity is a Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside. The applicable NAICS Code is 334510 (Medical and Surgical Instruments, Equipment, and Supplies) with a size standard of 1,250 employees.
Submission & Evaluation
- Submission Deadline: Monday, April 27, 2026, 1:00 PM EST.
- Submission Method: Electronically via email to sheldon.streets@va.gov. The email subject line must reference solicitation number 36C24526Q0432.
- Questions: Must have been received electronically no later than 48 hours from the solicitation release.
- Evaluation: Award will be made to the responsible offeror submitting the lowest priced quotation that meets all requirements in Attachment A and the RFQ. Acceptability of equipment will be verified against salient characteristics. Offers for "equal" products must provide clear, compelling evidence of meeting all specified characteristics.
- Required Documentation: Offerors must include a completed copy of FAR provision 52.212-3, Offeror Representations and Certifications – Commercial Items, or ensure their SAM.gov profile is updated.
Contact Information
For inquiries, contact Sheldon Streets, Contract Specialist, at sheldon.streets@va.gov or 681-204-4229.