Enhanced Vyleater Vial Disposal System Model II-Xe
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 Medical Readiness Contracting Office - West (MRCO-W), on behalf of the Department of Pathology and Area Laboratory Services (DPALS) at San Antonio Military Medical Center (SAMMC), Fort Sam Houston, TX, is conducting market research for an Enhanced Vyleater Vial Disposal System Model II-Xe. This is a Sources Sought notice to identify capable vendors. Responses are due May 29, 2026.
Scope of Work
The requirement is for one (1) Enhanced Vyleater Vial Disposal System Model II-Xe. Key performance requirements include:
- Accommodating vials in their whole form.
- Explosion resistance to substances with a flash point of 27 °C / 81 °F.
- Separating solid and liquid waste into separate containers.
- Being self-contained and compliant with hazard waste guidelines.
- Not altering the waste material.
- Including training for all technicians.
- Withstanding mild environmental elements (sun, humidity, wind).
- Accommodating approximately 300 vials per day, each holding 20ml of methanol-based solution.
- Availability of regional technical support and service from the manufacturer for repairs.
- Availability of operator training support as requested.
- Being simple, durable, and easy to use for non-experienced operators. The device requires line operation power (dual, 110-220V, 50-60Hz) and will be installed on the BAMC loading dock by the manufacturer. Maintenance services will be handled by BAMC Biomed.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Anticipated Contract: Firm Fixed-Price purchase order
- NAICS: 339112, Surgical and Medical Instrument Manufacturing (Size Standard: 1000 employees)
- Set-Aside: None specified
- Response Due: May 29, 2026, 5:00 PM ET
- Published: May 15, 2026
Submission Requirements
Interested sources should submit a Statement of Capability (3-page limit) detailing their ability to provide the requested equipment. Submissions must include:
- Organization's name, CAGE code, address, point of contact, phone number, and e-mail address.
- Information on whether the requirement can be met through an existing contract vehicle (e.g., VA FSS contract number). Do not submit pricing information. Responses should be emailed to derrick.j.johnson2.civ@health.mil.
Additional Notes
This notice is for market research purposes only and does not guarantee participation in future solicitations or contract awards. The Government will not reimburse any expenses associated with the preparation or participation in this research.