6515--Neoprobe
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 a Request for Information (RFI) / Sources Sought to identify qualified sources capable of providing Neoprobes and accessories equivalent to the Mammotome brand. This market research is for planning purposes to inform future acquisition decisions for the VA Loma Linda Healthcare System in Loma Linda, California. Responses are due by April 17, 2026.
Scope of Work
The VA is seeking equivalent products for the following:
- CLIN 0001: Mammotome Neoprobe External Collimator (for 14mm Probes) (2 EA) - Must be compatible with existing consoles/equipment and 14mm probes.
- CLIN 0002: Mammotome 14mm Neoprobe Reusable Bluetooth Probe, Angled (2 EA) - Must be angled, 14mm, wireless with Bluetooth, offer advanced data functionality, remote count capabilities, quick start-up (no calibration/maintenance), compatible with/without external collimator, detect a minimum of five radioisotopes, provide dual isotope capability (Tc-99m and I-125), and be suitable for breast cancer, melanoma, prostate cancer, and parathyroid procedures.
- CLIN 0003: Mammotome Neoprobe 14MM A Probe 1YR SVC (2 EA) - Must include a standard manufacturing industry warranty, preferably a minimum of 1 year.
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought
- NAICS: 339112 (Surgical Appliance and Supplies Manufacturing) with a size standard of 1,000 employees.
- Set-Aside: None specified (market research stage)
- Response Due: April 17, 2026, by 10:00 AM Pacific Local Time
- Published: April 7, 2026
Submission Requirements
Interested vendors must submit a capabilities statement addressing how they meet the salient characteristics, including explanations for any gaps. Responses should also include:
- Company name, address, point of contact.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business).
- Confirmation of small business status under NAICS 339112.
- Manufacturer, authorized distributor, or solution provider status.
- Details on compliance with limitations on subcontracting and the Non-Manufacturer Rule (if applicable).
- Confirmation if items are Commercial Off-the-Shelf (COTS) and conform to the Buy American Act.
- Lead time for delivery, estimated life span, and support/services.
- FDA clearance information and availability of leasing solutions.
- Existing Federal Supply Schedule (FSS) or other Federal Government contract numbers, and if items are available on contract.
- General pricing (for market research only).
- SAM.gov Unique Entity ID/CAGE Code.
Additional Notes
This RFI is for information and planning purposes only and does not constitute a solicitation. Responses are not offers and cannot be accepted to form a binding contract. All associated expenses are the responder's responsibility. Further RFIs or solicitations may be published based on the information gathered.