SOURCES SOUGHT
J -- SOFTWARE TRACKING SOLUTION FOR IMPLANT AND TISSUE BIOLOGICAL AND NON-BIOLOGICAL ITEMS
- Notice Date
- 10/16/2025 12:29:09 PM
- Notice Type
- Sources Sought
- NAICS
- 513210
—
- Contracting Office
- 241-NETWORK CONTRACT OFFICE 01 (36C241) TOGUS ME 04330 USA
- ZIP Code
- 04330
- Solicitation Number
- 36C24126Q0029
- Response Due
- 11/3/2025 11:30:00 AM
- Archive Date
- 11/18/2025
- Point of Contact
- Pearl Wray
- E-Mail Address
-
pearl.wray@va.gov
(pearl.wray@va.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT PURPOSE: The purpose of this SOURCES SOUGHT NOTICE is for market research purposes, to locate Qualified and Interested Vendors capable of providing Implant and Tissue Tracking Solutions, described in the attached Statement of Work. THIS IS NOT A REQUEST FOR PROPOSAL; THEREFORE, PLEASE DO NOT SUBMIT ANY PRICING INFORMATION AT THIS TIME. THE GOVERNMENT WILL NOT PAY ANY COSTS FOR RESPONSES SUBMITTED TO THIS SOURCES SOUGHT NOTICE. WORK AND DELIVERY LOCATION: The Department of Veterans Affairs, VA North Eastern Consortia (VANEC), VISNS 1, 2, 4, and 5 have a requirement for a Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) for the Implant and Tissue Tracking Services and Devices described in the attached Statement of Work (SOW) and Line Item List. Existing work and RFID devices are currently being performed by the incumbent Contractor - LPIT Solutions Inc., BPA Number 36C24121A0054, under their TrackCore Tracking Software Solutions Package. The VA�s current BPA is due to expire during August 2026. GENERAL WORK DESCRIPTION: The VA North Eastern Consortia (VANEC) seeks a solution to efficiently and accurately track all biological and non-biological implantable items. This will include all software, licensing, training, hardware peripheral devices and supplies used to manage the par levels of inventory, reorder at appropriate times and monitor usage of products. Additionally, the solution shall include labor, materials, transportation, equipment, design, configuration, and training as detailed in the attached SOW and Line Items - in compliance with federal, state, and local regulations. The solution shall meet all FDA guidelines, regulations, and laws. The certification and accreditation (C&A) requirements do not apply, and a Security Accreditation package is not required (see attached SOW for full details of this requirement, and Current Line Items under BPA 36C24121A0054).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/147b68fcc30b43539be3c37ddcf7f275/view)
- Place of Performance
- Address: Bedford, MA 01730, USA
- Zip Code: 01730
- Country: USA
- Zip Code: 01730
- Record
- SN07621243-F 20251018/251016230039 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |