6640--36C25926Q0237| Sources Sought on Transcutaneous Carbon Dioxide Monitoring Systems for Rocky Mountain Regional VA Medical Center
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), Network Contracting Office 19 (NCO 19), is conducting market research through a Sources Sought Notice to identify potential sources for Transcutaneous Carbon Dioxide Monitoring Systems for the Rocky Mountain Regional VA Medical Center in Aurora, CO. This is for information and planning purposes only, not a solicitation. Responses are due by February 16, 2026, at 12:00 PM MT.
Purpose & Scope
The VA seeks to replace outdated equipment to maintain FDA-regulated clinical services, ensure patient safety, and support diagnostic capabilities for sleep diagnostics and respiratory monitoring. The requirement is for four (4) new Sentec tCOM+ Hospital monitors or equal, including all required OEM accessories. These systems must provide continuous, noninvasive monitoring of tcPCO2 and SpO2, along with pulse rate, suitable for adult and pediatric patients in hospital and sleep lab settings. Key features include real-time numeric values, waveform trends, visual/audible alarms, extended trend data storage, and continuous overnight monitoring. Systems must use heated transcutaneous sensors, support various skin attachment methods, and allow for automatic or guided calibration. Connectivity to polysomnography (PSG) systems via OEM-approved adapter cables is essential. Equipment must be new, current-generation, fully supported by the OEM, and FDA-cleared, with a minimum of 24 months extended warranty beyond the OEM standard.
Response Details
This is a market survey to determine interest, capability, and socioeconomic size classification of potential suppliers. The anticipated NAICS code is 334516 (Analytical Laboratory Instrument Manufacturing). There is no set-aside specified at this market research stage. Responses should be submitted via email to lynn.lim@va.gov by the deadline.
Required Information
Interested companies must provide:
- Company Name and Address
- Point of Contact (Name, Email, Phone Number)
- Unique Entity ID
- Item(s) on Open Market or FSS Contract (with contract number if FSS)
- Delivery Time
- Item Country of Origin/Manufactured (and complete FAR 52.225-2 Buy American Certificate if applicable)
- Small Business Program Eligibility (SB, HUBZone, 8(a), SDB, WO, SDVOSB, VOSB, Large Business, Other)
- Confirmation of employee count (not exceeding 800 for NAICS 334516)
- Confirmation of primary engagement in retail/wholesale trade and normal selling of item type
- Confirmation of taking ownership/possession of items
- Confirmation of supplying end item from a small business manufacturer (if applicable)
Companies are encouraged to include relevant information such as specifications, cut sheets, brochures, capability statements, and past experience. Do not include proprietary, classified, confidential, or sensitive information.
Additional Notes
This notice does not constitute a solicitation or a commitment by the Government to issue a solicitation or award a contract. The Government will not pay for any information received.