H189--TRUNARC DEVICE
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 Network Contracting Office 22, has issued a Request for Information (RFI) / Sources Sought for market research purposes. The VA is seeking qualified Small Businesses, including Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB), capable of providing a TRUNARC DEVICE along with comprehensive installation, configuration, validation, technical support, and maintenance services. This requirement is for the Tibor Rubin VA Medical Center in Long Beach, California. The NAICS code for this requirement is 339112 – Surgical and Medical Instrument Manufacturing. Responses are due by February 10, 2026, at 03:00 PM PST.
Scope of Work
The contractor shall supply, install, configure, validate, and provide ongoing technical support and maintenance for a TRUNARC DEVICE. Key device characteristics include:
- Operation: Single-handed, under 2.0 lbs, rapid non-destructive identification.
- Technology: Primary Raman spectroscopy (SWGDRUG Category A), 1064 nm laser to minimize fluorescence.
- Library: On-board spectral library of at least 500 substances (expandable/updatable), including narcotics, fentanyl analogs, opioids, pharmaceuticals, hallucinogens, cannabinoids, and precursor chemicals.
- Performance: Minimum 95% accuracy for pure substances, capable of identifying narcotics in mixtures/low concentrations, definitive identification under 90 seconds, low false-positive/negative rates.
- Usability: Analyzes through transparent/translucent packaging, 3.5-inch sunlight-readable touchscreen (gloved use), MIL-STD-810G ruggedized, IP67 rated, -20C to +50C operating range.
- Power: User-replaceable lithium-ion battery (minimum 4 hours continuous operation).
- Data: Intuitive UI, English software, internal storage for 10,000+ results, exportable data (PDF, CSV), USB/Wi-Fi, secure 21 CFR Part 11 compliant audit trail, chain of custody features.
- Safety: FDA and IEC laser safety compliant.
Required Services: Installation, configuration, validation, ongoing technical support, maintenance, on-site instructor-led training for up to 60 personnel, minimum two-year warranty, and regular library updates.
Submission Requirements
Interested contractors must submit the following via email to Hanan.Mccullick@va.gov:
- Company name, address, point of contact details (phone, fax, email).
- Unique Entity ID (SAM) number.
- Type of small business (e.g., SDVOSB, VOSB) and confirmation of meeting NAICS size standard.
- Product name, manufacturer status, and if applicable, manufacturer's details (name, country of origin, small business status).
- Confirmation of existing federal contracts for similar products/services (contract type, number, agency).
- Estimated installation, configuration, and validation time.
- General pricing for products/solutions.
- A detailed capability statement with at least one reference contract demonstrating experience with the required product and services. Reference contracts must include entity name, contract number, specific tasks performed, dates, and a verifiable point of contact.
Purpose & Set-Aside
This RFI is solely for market research to determine if there are sufficient small businesses capable of performing this work, which will inform potential set-aside decisions for a future procurement. Failure to provide all requested information may be viewed as evidence of lacking capability and could impact the government's set-aside determination.
Key Dates
- Response Due: February 10, 2026, at 03:00 PM PST
- Published: February 3, 2026
Important Notes
This RFI does not constitute a solicitation, and responses are not offers. All offerors must be registered in SAM.gov. Respondents are responsible for all expenses associated with responding.