AN11--501 - Stability Chamber
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 Sources Sought / Request for Information (RFI) to identify qualified sources capable of providing replacement stability chambers for the New Mexico VA Health Care System in Albuquerque, NM. This RFI is for market research and planning purposes only, aiming to gather information on vendor capabilities and business size relative to NAICS 339112 (size standard of 1,000 employees). Responses are due by May 5, 2025.
Scope of Work
The VA requires specific stability chambers and associated services. Key items include two (2) PH034 Pharmaceutical Chambers, a one-year SenSolve subscription, two (2) DEHCMP Compressed Air Connections, two (2) Kason 171 Series Edgemount Magnetic Latches, and two (2) SH034SS Open Wire Stainless Steel Shelves. Required services encompass installation, commissioning, calibration, and qualification. Chambers must meet environmental conditions of 25°C/60%RH, 30°C/65%RH, and 40°C/75%RH. Installation must be performed by a certified manufacturer-trained service engineer, with performance monitoring and calibration traceable to NIST. Contractor personnel will be escorted on-site. Delivery of equipment is required no later than 3 months after contract receipt, and completion of all services no later than 6 months after contract receipt.
Submission Requirements
Interested companies should provide:
- A capabilities statement addressing how they meet or cannot meet the salient characteristics.
- Feedback or suggestions on the salient characteristics.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 339112.
- Confirmation of being a manufacturer, authorized distributor, or solution provider.
- Details on authorized distributors if a large business, or alterations/modifications if a small business distributor/reseller.
- Explanation of compliance with limitations on subcontracting and confirmation if items are Commercial Off-The-Shelf (COTS).
- Confirmation of compliance with the Non-Manufacturer Rule and Buy American Act conformance.
- Lead time for delivery, estimated lifespan, and support/services offered.
- FDA clearance information and details on any leasing solutions.
- Existing Federal Supply Schedule (FSS) or other Federal Government contract numbers, and confirmation of item availability on these contracts.
- General pricing information (for market research only).
- SAM.gov Unique Entity ID/Cage Code.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified (market research stage)
- Response Due: May 5, 2025, by 10:00 AM PT Local
- Published: April 29, 2026
Additional Notes
This RFI is solely for information and planning purposes and does not constitute a solicitation or a request for offers. Responses will be used to make appropriate acquisition decisions and do not guarantee inclusion in future solicitations. All expenses associated with responding are the responsibility of the responder.