Opportunity

SAM #36C26226Q0570

VA Seeks Mammotome Neoprobes and Accessories or Equivalent for Loma Linda Healthcare System

Buyer

VA 262 Network Contract Office 22

Posted

April 07, 2026

Respond By

April 17, 2026

Identifier

36C26226Q0570

NAICS

339112, 334510, 423490, 339113

This opportunity from the Department of Veterans Affairs, Network Contracting Office 22, seeks sources for Mammotome Neoprobes and accessories, or equivalent products, for use at the VA Loma Linda Healthcare System. - Government Buyer: - Department of Veterans Affairs, Network Contracting Office 22 - Offices in Long Beach, CA and Gilbert, AZ - OEM Highlight: - Mammotome is the specified Original Equipment Manufacturer (OEM) - Requested Products (or equivalents): - Mammotome Neoprobe External Collimator for 14mm Probes (Part# MAMM NPE14), Qty: 2 - Mammotome 14mm Neoprobe Reusable Bluetooth Probe, Angled (Part# MAMM NPB14A), Qty: 2 - Mammotome Neoprobe 14MM A Probe 1YR Service (Part# MAMM 9NPB14A_NC12), Qty: 2 - Key Requirements: - Products must be compatible with existing equipment - Bluetooth wireless capability and advanced data functionality - Multi-isotope detection support - Minimum one-year warranty or service - Vendors may propose equivalent products that meet or exceed these specifications - Place of Performance: - VA Loma Linda Healthcare System, Loma Linda, CA

Description

THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 339112 (size standard of 1,000 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / RFI, further RFIs and/or a solicitation or other announcements may be published.
The Department of Veterans Affairs (VA) is seeking sources capable of providing Neoprobes and accessories equivalent to brand Mammotome. CLIN DESCRIPTION QTY UOM 0001 Mammotome Neoprobe External Collimator (for 14mm Probes) Part# MAMM NPE14 or equal 2 EA 0002 Mammotome 14mm Neoprobe Reusable Bluetooth Probe, Angled Part# MAMM NPB14A or equal 2 EA 0003 Mammotome Neoprobe 14MM A Probe 1YR SVC Part# MAMM 9NPB14A_NC12 or equal 2 EA

SALIENT CHARACTERISTICS

CLIN 0001 Mammotome Neoprobe External Collimator (for 14mm Probes) Part# MAMM NPE14 or equal- Quantity: 2EA Must be compatible with existing consol/equipment. Must be compatible with the requested 14mm probes.

CLIN 0002 Mammotome 14mm Neoprobe Reusable Bluetooth Probe, Angled Part# MAMM NPB14A or equal- Quantity: 2EA Must be compatible with existing consol/equipment. Probes must be angles and 14mm in size. Must be wireless with Bluetooth technology which offers advanced data functionality and remote count capabilities from within the sterile field. Must allow for both target counts and 10-second counts to be performed remotely. Must be quick start up meaning no calibration or preventative maintenance is required, allowing for easy operation. Must be able to be used with or without an external collimator. Must be capable of detecting a minimum of five (5) radioisotopes. Must be able to provide dual isotope capability for simultaneous detection of Technetium-99m and Iodine-125. Must have multiple isotope detection which can detect and filter isotopes simultaneously. Must be able to provide individual counts for each isotope and indicate the user s proximity to the injection site or radio seed. Must have versatile applications which can be used for breast cancer, melanoma, prostate cancer, and parathyroid procedures.

CLIN 0003 Mammotome Neoprobe 14MM A Probe 1YR SVC Part# MAMM 9NPB14A_NC12 or equal- Quantity: 2EA Must come with standard manufacturing industry warranty terms preferably a minimum of 1 year. The list of Neoprobe characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below. Incomplete responses to the questions below this notice will not be accepted. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Submit your capabilities statement illustrating how your organization can/cannot meet the SALIENT CHARACTERISTICS. For instances where your company cannot meet the SALIENT CHARACTERISTICS, please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement.
(2) Please review the SALIENT CHARACTERISTICS and provide any additional feedback or suggestions. If none, please reply as N/A. (3) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran-Owned Small Business (SDVOSB), Veteran-Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SALIENT CHARACTERISTICS? (6) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of contact and size status (if available). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? (10) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell the type of item being supplied? Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Melissa.Ramirez8@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, April 17th, 2026 by 10:00 AM Pacific Local Time.
All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.

View original listing