Opportunity
SAM #36C24526Q0466
Sources Sought: Multi-Gas Detection Equipment for Perry Point VA Medical Center
Buyer
VA Network Contracting Office 5
Posted
April 17, 2026
Respond By
April 30, 2026
Identifier
36C24526Q0466
NAICS
334519, 334513, 423450, 423490
The Department of Veterans Affairs, VA Maryland Health Care System, is conducting market research for multi-gas detection equipment at the Perry Point VA Medical Center in Maryland. - Government Buyer: - Department of Veterans Affairs - VA Maryland Health Care System - 245-Network Contract Office 5 (36C245) - Contracting Officers: Alison Klein and Charles Cameron - OEMs and Vendors: - No specific OEMs or vendors are named; responses are sought from all capable manufacturers and distributors - Products/Services Requested: - Multi-gas detection equipment capable of monitoring up to five gases simultaneously: - Oxygen (O2) - Carbon Monoxide (CO) - Hydrogen Sulfide (H2S) - Hydrogen Cyanide (HCN) - Lower Explosive Limit (LEL) gases - Equipment must meet salient characteristics: - Maximum dimensions: 4.1in (H) x 2.3in (W) x 2.4in (D) - Weight up to 8.5oz - Display size up to 1.8in x 1.8in - Power: AC/DC voltage, 4ft grounded power cable, battery powered with backup, rechargeable within 4 hours - Operating time: up to 4 hours - Accessories: filters, cleaning cloth for LCD monitor - Lifetime warranty for parts and service - Easy access for sterilization - Features: real-time location data, man-down alarms, gas alerts, live monitoring - Optional annual service plan (vendors to specify coverage and provider) - Unique or Notable Requirements: - Lifetime warranty required - Equipment must be easy to sterilize and include all necessary accessories for clinical use - Vendors must provide descriptive literature, documentation of compliance, and details on service/support options - All ancillary items for full OEM functionality and clinical use must be included - Place of Performance: - Perry Point VA Medical Center, 361 Boiler House Rd, Perry Point, MD 21902
Description
Sources Sought Notice
Sources Sought Notice
Page 4 of 4 Sources Sought Notice *= Required Field Sources Sought Notice
Page 1 of 4 DESCRIPTION REQUEST FOR INFORMATION
This RFI is being sent solely for information and planning purposes and does not constitute a solicitation or obligation on the part of the Government. Per FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this notice. No evaluation letters and/or results will be issued to the respondents; however, the Government does reserve the right to contact any respondent and/or respondent reference to obtain additional information. At this time, no solicitation exists; therefore, please do not request a copy of the solicitation. Any resulting procurement action will be the subject of a separate, future announcement. The information is provided for discussion purposes and any potential strategy for this acquisition may change prior to any solicitation release. The acquisition strategy, evaluation methodology, contract type, and any other acquisition decisions are to be determined.
The Department of Veteran Affairs, located at Perry Point VA Medical Center located at 361 Boiler House Rd, Perry Point, Maryland, 21902 is seeking a multi-gas detection equipment. The associated North American Industrial Classification System (NAICS) code for this procurement is 334519- Other Measuring and Controlling Device Manufacturing, size standard is 600 employees. Salient Characteristics: Equipment/Supply/Instrument Dimensions:
Height up to 4.1in Width up to 2.3in Depth up to 2.4in Weight up to 8.5oz
Display/Monitor/Screen:
Height up to 1.8in Width up to 1.8in
Power Requirements:
Voltage (AC/DC) (compliant to U.S electrical outlets) Power Cable Length 4ft Grounded Battery Powered/Backup Rechargeable, Expendable Hours to Recharge: up to 4hrs
Working Volume/ Product Performance/Additional requirements:
Operating hours: up to 4hrs
Accessories/Consumables:
Filters
Warranty and Parts/Service Requirements:
Minimum Warranty Months/Years: Lifetime Warranty Parts/Service/Support options: Lifetime Warranty
Cleaning Instructions (If sterilization is required):
Easy access to all panels for access to components needing sterilization purposes if needed Cleaning cloth for the LCD monitor.
Other pertinent information that describes the item, material or service needed:
Monitor that allows the user to monitor up to five gases simultaneously and manage worker safety. Sensor configuration to include, at a minimum: Oxygen (O2) Carbon Monoxide (CO) Hydrogen Sulfide (H2S) Hydrogen Cyanide (HCN) Lower Explosive Limit (LEL)
Multi-gas monitor that connects workers for live monitoring to instantly receive real-time location data, man-down alarms, and gas alerts.
Responses:
The response must include descriptive literature demonstrating the product meets or exceeds the salient characteristics specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the Original Equipment Manufacturer (OEM) and as clinically required. Vendors are encouraged to provide any product solution or configuration so long as they meet the salient characteristics. Additionally, responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number. Responses to this Sources Sought Notice shall include the following: Does vendor offer an annual service plan, Yes or No?
If Yes: What does the plan cover? Does plan cover software updates only? Does the plan cover parts repair or replacement only? Does the plan cover both software and parts?
Vendor are requested to provide documentation that shows information on their service plan.
Is the service provided by the OEM or a subcontractor?
Full name and address of company DUNS number/ CAGE Code/ SAM UIE Business Size Manufacturer or Distributor If distributor provide full name, business size and address of manufacturer. Country of Origin designation for all products MUST COMPLETE THIS SECTION Technical Literature that clearly shows product(s) meet the identified salient characteristics and page numbers where each salient characteristic is met. Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified. Authorized Distributor Letter Certified by OEM with a current date.
Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.