6650--VISN 8 Whole Blood Glucose Monitoring
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 VISN 08, is conducting a Sources Sought for market research to identify potential sources for a comprehensive Whole Blood Glucose Monitoring System. This includes glucose meter supplies, equipment rental, test strips, QC controls, calibrators, and linearity reagents for inpatient settings across multiple facilities. The Government is seeking information from various business sizes to determine a potential socio-economic set-aside. Responses are due March 31, 2026.
Purpose & Scope
This Sources Sought aims to identify qualified businesses capable of providing a complete blood glucose monitoring system for all Pathology & Laboratory Medicine Service (P&LMS) locations within VISN 08. The system must support inpatient settings and Community Based Outpatient Clinics.
The scope of work includes:
- Glucose meters and disposable test strips.
- Associated control solutions, linearity solutions, carrying cases, docking/downloading stations, and a data management program.
- Rental of equipment, with costs integrated into strip pricing.
- Installation, integration, preventative maintenance, and service (including 24/7 customer support and free FDA-approved updates).
- On-site or over-the-phone training and competency assessment.
- Standard shipping of supplies (5-7 business day delivery).
Key Requirements & Salient Characteristics
The required system must feature:
- Inpatient Meters: Scanning capability, sturdy design, positive patient identification, memory for at least 1000 results, small sample volume (10 µl or less), results within 5 seconds, lockout features, high accuracy (±12 mg/dL or ±12.5%), and compatibility with Unipoc and RALS database systems.
- System Requirements: Flexible, bi-directional HL7 interface, sturdy connectivity hardware (docking stations provided free), and software for error capture/data export.
- Supply Chain: Supplies must have a shelf life of at least 12 months, with minimum shipments of 180,000 strips per lot. Additional meters and docking stations are to be provided free of charge.
Anticipated Contract Details
- Anticipated Period of Performance: July 1, 2026, through June 30, 2031 (base period plus four annual options).
- Intended Contract Vehicle: A five (5) year Federal Supply Schedule (FSS) Blanket Purchase Agreement (BPA) is intended.
- Product Service Code (PSC): 6650; NAICS Code: 325413.
Submission Requirements & Eligibility
This is for market research only. Interested parties must submit:
- Company name, address, and primary point of contact.
- Federal Supply Schedule (FSS), if available.
- Applicable socioeconomic categories and capability demonstration.
- Brief descriptions of recent and relevant projects (1-page maximum).
- Business size, NAICS (325413), and PSC (6650).
Eligibility: Information is sought from Large Businesses, SDVOSB, Small Businesses, VOSB, HUBZone 8(a), WOSB, or SDB concerns. Responses will assist in determining a potential socio-economic set-aside.
Response Details
- Response Due: March 31, 2026, at 3:00 PM Eastern Time.
- Point of Contact: Paul Jarret, Contracting Officer, paul.jarrett@va.gov, 813-436-6517.
- Published Date: April 8, 2026.
Notes
The Government may intend to make this a sole source award if potential vendors cannot be identified. This notice does not commit the Government to procure these items or issue a solicitation.