HISTOCORE MULTICUT MICROTOME
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) is conducting market research through a Sources Sought Notice / Request for Information (RFI) to identify qualified businesses capable of providing a Histocore Multicut Microtome (Hospital-Grade) - Brand Name or Equal for the Clement J. Zablocki VAMC in Milwaukee, WI. This is for informational and planning purposes only, not a solicitation. Responses are due by February 9, 2026, at 5:00 PM CST.
Purpose & Scope
This RFI aims to determine the interest and capability of both Other than Small Businesses and Small Businesses, including VIP-Verified Veteran-Owned Small Businesses (VOSB) and Service-Disabled Veteran-Owned Small Businesses (SDVOSB), to fulfill this requirement. The VA seeks to understand market availability and vendor capabilities for a one-time purchase and delivery.
Key Requirements
The primary requirement is for a "HistoCore MULTICUT Config. 1 Microtome (Hospital-Grade) - Brand Name or Equal", including a power cord. Delivery is required to 5000 West National Avenue, Milwaukee, WI 53295-0001.
Eligibility & Submission
Interested vendors should operate under NAICS Code 339113 (Surgical Appliance and Supplies Manufacturing) with an 800-employee size standard, and PSC Code 6640 (Laboratory Equipment and Supplies). Respondents must be registered in SAM.gov with a current Online Representations and Certification Application. Submissions must include a capabilities statement addressing SOW requirements, business size status (SDVOSB, VOSB, HUBZone, WOSB, Large Business, etc.), manufacturer/distributor status, subcontracting compliance, COTS status, Non-Manufacturer Rule compliance, Buy American Act conformance, lead times, estimated lifespan and support, FDA clearance, leasing options, existing Federal Government contracts (FSS, GSA), and general pricing for market research. Vendors must also provide their SAM.gov Unique Entity ID/Cage Code.
Timeline & Contact
- Response Due: February 9, 2026, 5:00 PM CST
- Published: February 5, 2026
- Contact: Arneil Genus (Contract Specialist) via email only at arneil.genus@va.gov
Additional Notes
This is an RFI; responses are not offers and cannot form a binding contract. The information gathered will inform future acquisition strategies.