6630--Chemtrac Probes Purchase - STC (VA-26-00056344)
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), VISN 23, is conducting a Sources Sought / Request for Information (RFI) to identify qualified businesses capable of providing Chemtrac pH, Conductivity, and Chlorine Probe Replacements, Brand-Name or Equal. This market research aims to understand industry capabilities for these chemical analysis instruments for the St. Cloud VA Health Care System, MN. Responses are due by May 15, 2026.
Scope of Work
The VA is seeking specific Chemtrac brand or equal probes and sensors. Required items include:
- pH Sensor (Chemtrac P/N: 100902, Model: 550): Flowcell mounted/pipe insertion, range 0-14, impedance less than or equal to 150 MO ohms, temperature 32-176°F, PVC/Glass wetted surface, approx. 10ft cable, 12-18 month life.
- Conductivity Sensor (Chemtrac P/N: 102255): Range approx. 0-5.0 mS/cm, pressure approx. 100 psi, temperature approx. 150-158°F, 22AWG 4-wire cable, approx. 10ft cable.
- Chlorine Sensor (Chemtrac P/N: 100613): Range 0.01-5 mg/L, flow rate approx. 15-60 L/HR, temperature 40-113°F, gold/stainless steel/silver electrode material, approx. 0.98in diameter, 6.89in length.
Information Requested
Interested sources must provide:
- Company details (name, address, phone, contact, email).
- Confirmation of distributing Brand Name or Equal items.
- SAM UEI number.
- NAICS code 339112 (for injection pumps and modules).
- Business size and type (e.g., large, small, SDVOSB, WOSB).
- Confirmation if items are on Schedule (FSS, GSA, SEWP, etc.).
- Manufacturer's letter verifying authorized distributor status.
- Country of origin for each item.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- Response Due: Friday, May 15, 2026, 10:00 AM CST
- Published: May 11, 2026
- Agency: Department of Veterans Affairs, VISN 23
- Place of Performance: St. Cloud, MN
Important Notes
This is for market research purposes only and is not a solicitation. The Government is not obligated to award a contract or pay for information provided. Responses will help the VA understand market capabilities and potential small business participation. Do not include proprietary, classified, confidential, or sensitive information.