6665--Multi-gas detection equipment
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 to identify potential sources for multi-gas detection equipment for the Perry Point VA Medical Center in Perry Point, Maryland. This RFI aims to gather information for planning purposes and does not constitute a solicitation. Responses are due by April 30, 2026, at 1:00 PM ET.
Scope of Work
The VA requires multi-gas detection equipment capable of monitoring up to five gases simultaneously, including Oxygen (O2), Carbon Monoxide (CO), Hydrogen Sulfide (H2S), Hydrogen Cyanide (HCN), and Lower Explosive Limit (LEL). Key requirements include:
- Dimensions: Height up to 4.1in, Width up to 2.3in, Depth up to 2.4in, Weight up to 8.5oz.
- Display: Height up to 1.8in, Width up to 1.8in.
- Power: Compliant with U.S. electrical outlets (AC/DC), 4ft power cable, grounded, battery-powered/backup, rechargeable (up to 4hrs to recharge).
- Performance: Operating hours up to 4hrs, live monitoring, real-time location data, man-down alarms, and gas alerts.
- Accessories: Filters.
- Warranty: Minimum Lifetime Warranty for warranty, parts, and service.
- Cleaning: Easy access for sterilization, cleaning cloth for LCD monitor.
Response Requirements
Interested vendors must submit:
- Descriptive literature demonstrating compliance with salient characteristics.
- Identification of all ancillary items for full functionality.
- Brand names and part numbers for any additional beneficial products.
- Details on annual service plans (Yes/No, coverage, documentation, OEM/subcontractor).
- Full company information: name, address, DUNS/CAGE Code, SAM UIE, business size, manufacturer/distributor status (and manufacturer details if distributor).
- Country of Origin for all products.
- Technical literature clearly showing product compliance with salient characteristics, including page numbers.
- An Authorized Distributor Letter Certified by OEM with a current date (if applicable).
- A Capabilities Statement is optional.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 334519 - Other Measuring and Controlling Device Manufacturing (Size Standard: 600 employees)
- Set-Aside: None specified (market research)
- Response Due: April 30, 2026, 1:00 PM ET
- Published: April 17, 2026
Additional Notes
This notice is for information and planning purposes only and does not constitute a solicitation or obligation. Responses are not considered offers and cannot form a binding contract. No evaluation letters will be issued. The acquisition strategy, evaluation methodology, and contract type are yet to be determined.