Opportunity
SAM #36C26126Q0606
Market Research for NuTrace R+ Scanners or Equal for VA Southern Nevada Healthcare System
Buyer
VA Network Contracting Office 21
Posted
April 14, 2026
Respond By
April 21, 2026
Identifier
36C26126Q0606
NAICS
334510
This market research notice seeks information from vendors able to supply NuTrace R+ Scanners or equivalent for the VA Southern Nevada Healthcare System. - Government Buyer: - Department of Veterans Affairs, Veterans Health Administration (VHA), Network Contracting Office 21 - OEMs and Vendors: - NuTrace (as OEM of the R+ Max 2D Data Matrix Reader) - Open to equivalent products from other manufacturers - Products/Services Requested: - NuTrace R+ Max 2D Data Matrix Reader or equal - Features required: - Reads 2D data matrices as small as 500 μM - Sapphire crystal window - Rapid scan speed (0.001 seconds) - Stainless steel body - Disinfectant-safe materials - USB connection - Visual and audible scan confirmation - GS1 certified - Approved software on TRM - No specific part numbers or quantities provided - Unique or Notable Requirements: - Must be compatible with various surface finishes - Vendors must provide details on business size, socio-economic status, place of manufacture, and GSA schedule coverage - NAICS code: 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing) - Place of Performance: - VA Southern Nevada Healthcare System, North Las Vegas, NV
Description
The purpose of this Sources Sought is to conduct market research to identify companies capable of providing NuTrace R+ Scanners or equal for the Department of Veterans Affairs, Veterans Health Administration (VHA) Network Contracting Office (NCO) 21, on behalf of VA Southern Nevada Healthcare System.
(1) The Government does not intend to award a contract based on this Sources Sought Notice or to otherwise pay for the information solicited.
(2) Although “proposal,” “offeror,” “contractor,” and “offeror” may be used in this source sought notice, any response will be treated as information only. It shall not be used as a proposal.
(3) The purpose of this sources sought is to conduct market research to support the procurement of NuTrace R+ Scanners or equal for the VA Southern Nevada Healthcare System. This notice serves to survey the market to ascertain whether or not sources are capable of providing the requested NuTrace R+ Scanners or equal. This notice allows potential contractors/vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The sources sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns: the qualifying NAICS code for this effort is 334510 - Electromedical and Electrotherapeutic Apparatus Manufacturing and Size Standard of 1,250 Employees.
4) This source sought notice to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone,8(a), small, small disadvantaged, woman-owned small business, or large business) relative to NAICS 334510. Responses to this notice will be used by the Government to make appropriate acquisition decisions. After a review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice.
(5) Any information received from a contractor in response to this Sources Sought Notice may be used in creating a solicitation. Any information received that is marked with a statement, such as “proprietary” or “confidential,” intended to restrict distribution will not be distributed outside of the Government, except as required by law.
Essential/significant physical, functional, or performance characteristics.
NuTrace R+ Max 2D Data Matrix Reader, Sapphire crystal window, able to read a data matrix as small as 500 µM, reads a code in 0.001 seconds on bright, reflective, matte or rough surfaces and in low contract. On-board decoding notification and LED flash. Stainless steel body, data export fully configurable, keyboard emulator, virtual COM, GS1 certify.
2) Complete generic identification –
• USB connected 2D data matrix scannable reader that can read marks as small as 500 µM.
• Visual LED lights up with a confirmed scan as well as an audible beep for acknowledgement
• Able to read GS1, 2D laser etches on both flat and concave surfaces
• Able to read off different finishes: polished, flat, matte, rough, bright and reflective
• Is approved software on TRM
• Can read 2D marks within 0.001 seconds
• Body surface of scanner can be wiped down with disinfectant wipe/spray without deteriorating material
PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL SUPPLY SCHEDULE
CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER.
PROVIDE BUSINESS SIZE AND SOCIO-ECONOMIC STATUS. ALSO, PLEASE BE SURE TO INDICATE PLACE OF MANUFACTURE IN YOUR RESPONSE.
(a) Company name, Address, Point of Contact (POC) name, email address, and phone number
(b) Indicate whether your business is large or small.
(c) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantaged business.
(d) If disadvantaged, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act.
(e) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB).
(f) Include the Unique Entity Identifier (UEI) number of your firm.
(g) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetCert Registry at Veteran Small Business Certification (sba.gov). If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM, and to receive the award based on VOSB or SDVOSB status you must be registered in the VetCert Registry.
(h) Provide current commercial pricing for all items listed in the attached salient characteristics and any applicable discounts.
(i) Link to the respondent’s General Services Administration (GSA) schedule, or attached file of same, if applicable.
(j) Capabilities Statement
(k) Place of manufacturing (this includes leased equipment of where they are manufactured)
(l) Authorized Distributorship letter issued from the manufacturer (if applicable)
(m) Citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number, or e-mail address; and
(n) Other material relevant to establishing core competencies of the firm.
(o) Contractor shall include the terms and conditions of the warranty for all products listed in the attachment.
The response is due no later than 3:00 PM Pacific Standard Time on Tuesday, April 21, 2026. Please submit e-mail responses to Victoria Torres, Contract Specialist, at victoria.torres@va.gov. Please place “Sources Sought VA SNHCS NuTrace R+ Scanners” in the subject line of the email.
Your response should include a Company POC, CAPABILITIES STATEMENT, GSA SCHEDULE INFORMATION, UEI#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above.
This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exist at this time; however, in the event, that the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is seeking neither quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this Sources Sought Notice.
DISCLAIMER
This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with 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.