J065--BRAND NAME ONLY - Translogic Pneumatic Tube System Doors
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 CONTRACT OFFICE 23 (36C263), is conducting a Sources Sought to identify qualified firms capable of providing BRAND NAME ONLY - Translogic Pneumatic Tube System Doors for the Minneapolis VA Health Care System in Minneapolis, MN. This market research aims to inform future acquisition decisions. Responses are due April 15, 2026.
Scope of Work
This requirement involves the supply and installation of Translogic Pneumatic Tube System Doors. Key deliverables include:
- Supplying 40 secure magnetic station doors compatible with the existing Translogic system.
- Installing 36 doors on designated stations.
- Providing PIN code access functionality for all installed doors.
- Delivering 4 spare doors.
- Performing installation, testing, and commissioning.
- Providing training for VA staff.
- Offering a one-year warranty covering parts and labor.
- All equipment must be new and OEM-certified. The performance period is 90 calendar days from the Notice to Proceed.
Contract & Timeline
- Type: Sources Sought (Market Research)
- NAICS Code: 811210, Electronic and Precision Equipment Repair and Maintenance, with a $34.0 Million size standard.
- Set-Aside: None specified at this stage; set-aside will be determined after market research.
- Response Due: April 15, 2026, by 5:00 PM Central Time.
- Published: April 7, 2026.
- Applicable Regulations: Potential for Small Business subcontracting limitations (FAR 52.219-14, FAR 52.219-27), Service Contract Labor Standards (FAR 37.107), and the Nonmanufacturer Rule (FAR 52.219-33).
Submission & Evaluation
Interested firms must submit capability statements demonstrating their experience and ability to meet the requirements outlined in the Statement of Work. Submissions should include:
- Organization name, Unique Entity Identification (UEI) number, address, socioeconomic category, point of contact email, website, and telephone number.
- A detailed capability statement highlighting expertise in the described areas.
- Copies of authorization agreements with manufacturers.
- For small businesses, an estimate of services/supplies to be subcontracted (percentage performed by prime vs. subcontractors).
- Identification of the manufacturer (if not the respondent) and their socio-economic category.
- A completed FAR Provision 52.225-2(b) certificate, identifying the item and its country of origin.
- Information on whether the requested items can be ordered against an existing government contract (e.g., FSS, GSA).
- Estimated shipping and delivery information (e.g., lead time). Responses will be used to facilitate decision-making and determine a procurement strategy.
Additional Notes
This is a Sources Sought Announcement only; no solicitation is currently available. All information is preliminary and subject to modification. The Government will not pay for information submitted and reserves the right to cancel this requirement.