The document is a Sources Sought Notice from the Department of Veterans Affairs pertaining to the Odyssey Imager. It outlines a Request for Information (RFI) related to this specific product. The notice indicates the contracting office's location in Long Beach, California (ZIP code 90815) and specifies the solicitation number 36C26225Q0511. The deadline for responses is set for February 24, 2025, at 9:00 AM Pacific Time. This initiative does not involve Recovery Act funds, and the associated Product Service Code is 6515 under NAICS Code 334510.
The place of performance for this contract is at the VA Loma Linda Healthcare System in Loma Linda, California (postal code 92357). The notice provides contact details, including an email for the primary agency contact, Carlo Manuel. Interested parties are directed to refer to the attached document for more detailed information regarding the RFI. The overall purpose is to gather information from potential suppliers or service providers for the Odyssey Imager, emphasizing the VA's commitment to improve its healthcare services through advanced imaging technology.
The Department of Veterans Affairs (VA) has issued a Request for Information (RFI) to gather insights from potential sources capable of providing an Odyssey Imager for the VA Loma Linda Healthcare System. This RFI, intended solely for information and planning, does not constitute a solicitation, and responses will assist in acquisition decisions regarding compliance with specific requirements under NAICS 334510. The VA seeks detailed input on a brand-name product from LI-COR Biotech, including two laser systems, extended warranties, and specific performance features, such as imaging resolution, automatic sample handling, and considerable data storage capacity.
Interested companies are encouraged to respond by providing their capabilities in line with draft characteristics listed in the document, business size classification, and compliance with various regulations, including the Buy American Act. The RFI outlines a series of questions focusing on operational capability, regulatory conformity, business size status, and lead times for delivery. Responses must be submitted by February 24, 2025, and will be used solely for planning purposes, with no guarantees for subsequent contract opportunities. This initiative showcases the VA's commitment to ensuring that the required medical imaging technology meets set standards and availability within the federal contracting framework.