SOURCES SOUGHT: 6515–Stretchers for Martinsburg VA Medical Center

Responses must be received no later than Friday, December 30, 2022 at 4:00 PM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). 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. 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 DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide equipment for Stretchers for the VA MARTINSBURG WEST VIRGINIA.

See Statement of Work Below PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 4.00 EA __________________ __________________ Prime Electric Big WheelStretcher MANUFACTURER PART NUMBER (MPN): 1115000000E 0002 4.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016000 0003 4.00 EA __________________ __________________ Electric Lift Base MANUFACTURER PART NUMBER (MPN): 1008001110 0004 4.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115003004 0005 4.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0006 4.00 EA __________________ __________________ Chaperone Stretcher Exit Alarm(Includes Scale) MANUFACTURER PART NUMBER (MPN): 1070010200 0007 4.00 EA __________________ __________________ Comfort Control Siderails MANUFACTURER PART NUMBER (MPN): 1008010010 0008 4.00 EA __________________ __________________ Foot end Nursing Controls MANUFACTURER PART NUMBER (MPN): 1008015020 0009 4.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0010 4.00 EA __________________ __________________ Pop-up Push Handles (Head end) MANUFACTURER PART NUMBER (MPN): 1105048030 0011 4.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0012 4.00 EA __________________ __________________ Domestic – Retractable Cord MANUFACTURER PART NUMBER (MPN): 1008146050 0013 4.00 EA __________________ __________________ Integrated Pump Rack MANUFACTURER PART NUMBER (MPN): 1105045035 0014 4.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035338 0015 4.00 EA __________________ __________________ No IV Pole Foot End MANUFACTURER PART NUMBER (MPN): 1105035250 0016 4.00 EA __________________ __________________ COMFGEL SE W/O FIRE BAR, 30IN MANUFACTURER PART NUMBER (MPN): 1805034300 0017 4.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0018 4.00 EA __________________ __________________ Red ID Bumpers MANUFACTURER PART NUMBER (MPN): 1105003554 0019 4.00 EA __________________ __________________ EMERGENCY, SET MANUFACTURER PART NUMBER (MPN): 1105023004 0020 4.00 EA __________________ __________________ Domestic Labeling – English MANUFACTURER PART NUMBER (MPN): 1008010401 0021 4.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0022 4.00 EA __________________ __________________ 1115-E, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001903 0023 4.00 EA __________________ __________________ 4 Sided Brake & Steer Control MANUFACTURER PART NUMBER (MPN): 1018025305 0024 4.00 EA __________________ __________________ Prime Big Wheel Base – 3 Sided MANUFACTURER PART NUMBER (MPN): 1018026300 0025 4.00 EA __________________ __________________ LABEL, SPECIFICATIONLABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101003 0026 4.00 EA __________________ __________________ NO PLUG 0027 4.00 EA __________________ __________________ Footend Cover Option MANUFACTURER PART NUMBER (MPN): 1105210365 0028 4.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0029 4.00 EA __________________ __________________ Scale Spacer Assembly MANUFACTURER PART NUMBER (MPN): 1070017500 0030 4.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 0031 8.00 EA __________________ __________________ Prime Big Wheel Stretcher30″ MANUFACTURER PART NUMBER (MPN): 1115000030 0032 8.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016003 0033 8.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115025205 0034 8.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0035 8.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1070010000 0036 8.00 EA __________________ __________________ OPTION NO STRETCHER EXTENDER MANUFACTURER PART NUMBER (MPN): 1105090000 0037 8.00 EA __________________ __________________ Recovery chair position (drop seat with knee gatch) MANUFACTURER PART NUMBER (MPN): 1105010302 0038 8.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0039 8.00 EA __________________ __________________ Pop-up Push Handles (Head end) MANUFACTURER PART NUMBER (MPN): 1105048030 0040 8.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0041 8.00 EA __________________ __________________ Integrated Pump Rack MANUFACTURER PART NUMBER (MPN): 1105045035 0042 8.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035338 0043 8.00 EA __________________ __________________ No IV Pole Foot End MANUFACTURER PART NUMBER (MPN): 1105035250 0044 8.00 EA __________________ __________________ COMFGEL SE W/O FIRE BAR, 30IN MANUFACTURER PART NUMBER (MPN): 1805034300 0045 8.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0046 8.00 EA __________________ __________________ Yellow ID Bumpers MANUFACTURER PART NUMBER (MPN): 1105003551 0047 8.00 EA __________________ __________________ Surgery Label MANUFACTURER PART NUMBER (MPN): 1105023006 0048 8.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0049 8.00 EA __________________ __________________ 1115-30″, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001902 0050 8.00 EA __________________ __________________ LABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101001 0051 8.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1105010360 0052 8.00 EA __________________ __________________ Foot End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210360 0053 8.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0054 8.00 EA __________________ __________________ 3 Sided Hyd Hood/Bellow MANUFACTURER PART NUMBER (MPN): 1115226300 0055 8.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 0056 2.00 EA __________________ __________________ Prime X Big Wheel Stretcher MANUFACTURER PART NUMBER (MPN): 1115000000X 0057 2.00 EA __________________ __________________ 700lbs Weight Capacity MANUFACTURER PART NUMBER (MPN): 1115016060 0058 2.00 EA __________________ __________________ 4 Sided Brake/Steer Control MANUFACTURER PART NUMBER (MPN): 1115025205 0059 2.00 EA __________________ __________________ 3 Sided Hydraulic Controls MANUFACTURER PART NUMBER (MPN): 1115005610 0060 2.00 EA __________________ __________________ 3 Sided Hyd Hood/Bellow3 Sided Hyd Hood/Bellow MANUFACTURER PART NUMBER (MPN): 1115226300 0061 2.00 EA __________________ __________________ No Scale MANUFACTURER PART NUMBER (MPN): 1105010360 0062 2.00 EA __________________ __________________ LABEL, SPECIFICATION MANUFACTURER PART NUMBER (MPN): 1115101001 0063 2.00 EA __________________ __________________ 21 CFR MANUFACTURER PART NUMBER (MPN): 0036019933 0064 2.00 EA __________________ __________________ Dual End Siderail Release MANUFACTURER PART NUMBER (MPN): 1105011160 0065 2.00 EA __________________ __________________ Head End Pop-Up Push Handles MANUFACTURER PART NUMBER (MPN): 1105048060 0066 2.00 EA __________________ __________________ Integrated Transfer Board MANUFACTURER PART NUMBER (MPN): 1105045310 0067 2.00 EA __________________ __________________ NO FE WARNING LABEL MANUFACTURER PART NUMBER (MPN): 1125060000 0068 2.00 EA __________________ __________________ 1115-X, DPM LABEL MANUFACTURER PART NUMBER (MPN): 1115001904 0069 2.00 EA __________________ __________________ 2 Stage IV Pole Head Left MANUFACTURER PART NUMBER (MPN): 1105035367 0070 2.00 EA __________________ __________________ NO FOOT END OPTIONS MANUFACTURER PART NUMBER (MPN): 1105035000 0071 2.00 EA __________________ __________________ Head End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210063 0072 2.00 EA __________________ __________________ Foot End Cover Option MANUFACTURER PART NUMBER (MPN): 1105210360 0073 2.00 EA __________________ __________________ ULTRA COMFRT, SE 4X30 DOMESTIC MANUFACTURER PART NUMBER (MPN): 1704034300 0074 2.00 EA __________________ __________________ UNBOXED MANUFACTURER PART NUMBER (MPN): 9000900910 0075 2.00 EA __________________ __________________ Contract 2 Year, Parts, Labor, Travel MANUFACTURER PART NUMBER (MPN): 7777770201 0076 2.00 EA __________________ __________________ Radiology Label MANUFACTURER PART NUMBER (MPN): 1105023009 0077 2.00 EA __________________ __________________ DOMESTIC MANUAL OPTION 1115 MANUFACTURER PART NUMBER (MPN): 1115600000 Delivery: Martinsburg VA Medical Center Building 500, warehouse 510 Butler Avenue Martinsburg, WV, 25405

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:

(1) 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.

(2) Is your company considered small under the NAICS code identified under this RFI?

(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?

(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?

(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.

(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?

(7) Please provide general pricing for your products/solutions for market research purposes.

(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items” meet all required salient characteristics.

Responses to this notice shall be submitted via email to Ryan.Singletary@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, December 30, 2022 at 4:00 PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

SOW for Stretchers Martinsburg VAMC Purpose The Martinsburg VAMC is looking to replacement end of life stretcher throughout the hospital. Stretchers are needed to transport patients around the hospital to different departments. The selected stretcher should be ergonomic and easy to identify and use. It should be safe to use for staff. Stretchers should come with an IV pole and have the ability to be used in a radiology area. Stretchers with 5th wheel technology will be highly considered do to maneuverability in small areas. Hours of Operation Normal hours of coverage are Monday through Friday, 7:00 AM to 4:30 PM Central Standard Time excluding national holidays. Equipment shall be delivered during normal hours unless otherwise scheduled with the COR or his/her designee.

Federal Holidays observed by VA Martinsburg are: New Year s Day Labor Day Martin Luther King Day Columbus Day Presidents Day Veterans Day Memorial Day Thanksgiving Day Independence Day Christmas Day Juneteenth Day Brand Name or Equal Stryker Stretchers Prime Electric Big Wheel quantity three (3) Minimum weight capacity is 675 pounds Electric lift base Four (4) sided brake/steer control Two (2) years parts, labor, and travel included Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Chaperone Stretcher Exit alarm (includes scale) Foot end nursing controls Pop up push handles at the head end Retractable cord two staged 2 stage IV pole head left Three (3) sided hydraulic controls COMFGEL SE w/o fire bar, 30inch Domestic labeling English User and service manuals Foot end cover option Head end cover option Scale spacer assembly Unboxed Emergency set Red ID bumpers easy identification for the ER Electric height adjustment Exit alarm Integrated transfer board Stretcher height adjustable between 18 and 36 inches Minimum width is 28 inches Minimum length is 76 inches Ability to reduce push and steering force by a minimum 50% Prime big Wheel Stretcher 30 quantity eight (8) Minimum weight capacity is 650 pounds Minimum width is 28 inches Height should be adjustable between 18 and 36 inches Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Dual end siderail release Integrated pump rack 2 stage IV pole head left Four (4) sided brake/steer control 3 sided hydraulic controls Yellow ID bumpers Surgery label Unboxed 2 years parts, labor, and travel included User and service manuals Integrated transfer board Foot end cover Head end cover COMFGEL SE w/o fire bar, 30in Electric lift Prime X Big Wheel Stretcher quantity two (2) Includes 5th wheel – technology to allow for easy maneuverability in small spaces and around corners/turns Must have radiolucent top Must contain a slot to insert grid and cassette Electric lift Four (4) sided brake/steer control 3 sided hydraulic controls 3 sided hydraulic hood/bellow 21 CFR Dual end siderail release Integrated transfer board Head end pop-up push handles 2 stage IV pole head left 2 years parts, labor, and travel included Radiology label head end cover Foot end cover Minimum weight capacity is 675 pounds Adjustable height range should be between 21 and 38 inches Minimum width is 29 inches Minimum length is 75 inches Deliverables or Delivery Schedule The vendor shall deliver the product.

After contacting COR (or COR designee) at the VA, a specific time will be scheduled for the delivery of the product within 60 days of award. All quantities are listed above that should be delivered. They shall be delivered to the following address: Attn: Nursing Services Martinsburg VA Medical Center Building 500, warehouse 510 Butler Ave. Martinsburg, WV, 25405 Place of Performance The place of performance will be at the Martinsburg VA Medical Center in Martinsburg, WV. Period of Performance All equipment shall have a full warranty period of 12 months

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Martinsburg VA Medical Center Building 500, warehouse Martinsburg , WV 25405 USA

Full details via beta.sa.gov

SOURCES SOUGHT: BIOHAZARD WASTE BAGS

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

 

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

******************************************************************************

Project: Procurement of Biohazard Waste Bags

The Navajo Area Indian Health Service (NAIHS), Gallup Regional Supply Service Center (GRSSC) is seeking capable, 1) Native American Owned or Indian Economic Enterprise Small Businesses, or 2) any other Socio-Economic Small Businesses interested in providing the attached list of medical supplies to satisfy this requirement.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 326111–Plastic Bags and Pouch Manufacturing with a business size standard of 750 Employees.  

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the required documents.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 03:00 PM MDT on December 14, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 326111(Selected NAICS code must be listed on SAM report)
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. A positive statement of your intention to submit a quote to an upcoming solicitation.
  4. Provide UEI (Unique Entity ID) number and CAGE Code.
  5. Capability Statement
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Michael Austin, Purchasing Agent

(505) 722-1224, michael.austin@ihs.gov

Place of Performance:

Gallup Regional Supply Service Center

2400 Fuhs Avenue, Bldg. No. 10

Gallup, NM 87301

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 32611 – Plastics Packaging Materials and Unlaminated Film and Sheet Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

SOURCES SOUGHT: MEDICAL SUPPLIES

SOURCES SOUGHT NOTICE

******************************************************************************

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY: THIS IS NOT A REQUEST FOR QUOTE

THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred.

******************************************************************************

Project: Procurement of Medical Supplies Various

The Navajo Area Indian Health Service (NAIHS), Gallup Regional Supply Service Center (GRSSC) is seeking capable, 1) Native American Owned or Indian Economic Enterprise Small Businesses, or 2) any other Socio-Economic Small Businesses interested in providing the attached list of medical supplies to satisfy this requirement.

The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 339112 – Surgical and Medical Instrument Manufacturing with a business size standard of 750 Employees.  

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the required documents.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED ENTERPRISE SET ASIDES, TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

NOTE: If this requirement is set-aside, FAR 52.219-14 (DEVIATION 2019-01) Limitations on Subcontracting will apply; similarly-situated entity description applies. This clause requires that the concern perform at least 50 percent (50%) of the cost of the contract, not including the cost of materials, with its own employees.

Submission Instructions:

All interested sources must submit a capabilities package to the primary point of contact listed below, no later than (NLT) 04:00 PM MDT on December 8, 2022.

AS A MINIMUM, THE FOLLOWING INFORMATION IS REQUIRED:

  1. Confirm the Buy-Indian set-aside status you qualify for under following NAICS Code: 339112 (Selected NAICS code must be listed on SAM report)
  2. Fill out the attached IHS Buy Indian Act Indian Economic Enterprise Representation Form.
  3. A positive statement of your intention to submit a quote to an upcoming solicitation.
  4. Provide UEI (Unique Entity ID) number and CAGE Code.
  5. Capability Statement
  6. Evidence of recent (within the last five years) experience with work similar in type and scope to include:
    1. Contract Numbers
    2. Project Titles
    3. Dollar Amounts
    4. Percent and complete description of work self-performed.
    5. Customer points of contact with current telephone number and email address.

All of the above information must be submitted in sufficient detail for a decision to be made on availability of interested qualified Buy-Indian parties. If adequate interest is not received from Buy-Indian concerns, the solicitation may be issued as another type of set aside or unrestricted without further notice.

Point of Contact:

Michael Austin, Purchasing Agent

(505) 722-1224, michael.austin@ihs.gov

Place of Performance:

Gallup Regional Supply Service Center

2400 Fuhs Avenue, Bldg. No. 10

Gallup, NM 87301

Country: USA

THIS IS NOT A SOLICITATION.

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: Gallup , NM 87301 USA

Full details via beta.sam.gov

SOURCES SOUGHT: 6515–Steris (or equal) Surgical Table

Subject: Sources Sought, Surgical Table and Accessories at the VA San Francisco Health Care System, 4150 Clement St., San Francisco, CA 94121. The purpose of this sources sought is to conduct market research to support the procurement of Surgical Table and Accessories at the VA San Francisco Health Care System. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested supplies/services. 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 339113 Surgical Appliance and Supplies Manufacturing. This sources sought is 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 339113. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After 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. Background: The Department of Veterans Affairs (VA), Veterans Integrated Service Network (VISN) 21, Network Contracting Office (NCO) 21 has a requirement to establish a firm-fixed price purchase order for Steris (or equal) Surgical Table and accessories. Below is the proposed requirement: Item # Description/Part Number* OR EQUAL Qty ST015221022 STERIS 5095 Surgical Table, 120V, Stainless Steel Base, Featherweight 1  OR EQUAL Leg, Mushroom Top, 2″ PRS Pads         BF101 X-Ray Tops Comp Set Snap-in-Style (Cmax, 4085, 5085, 5085 SRT) 1  OR EQUAL     BF413 Standard Accessory Package with 3″ Anesthesia Armboard Pad with 1 OR EQUAL  Standard Length Restraint Strap         BF803 Anesthesia Armboard With 2″ Pad 2  OR EQUAL     BF173 EYE-ENT-NEURO HEADREST ADAPTOR (4085,5085) 1  OR EQUAL     SE1102500072 Uncrate, Inspect & Start-Up 5095 Table 1

INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested supplies that are required. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. 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; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry (i) provide current commercial pricing and any applicable discounts. (j) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (k) 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 (l) other material relevant to establishing core competencies of the firm.

Response is due by 12:00 PM PDT, Tuesday, September 6, 2022. Please submit e-mail responses to Ms. Amanda Hildreth, Contract Specialist, at email address: amanda.hildreth@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: Surgical Table San Francisco in the subject line of your email. 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 exists at this time; however, in the event 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 neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred in response to this sources sought notice.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing
  • Place of Performance: VA San Francisco Health Care 4150 Clement St San Francisco , CA 94121

Full details via beta.sam.gov

SOURCES SOUGHT: 6515–Virtual Reality Headsets

Department of Veterans Affairs (VA) Network Contracting Office 16 (NCO 16) Biloxi In Support of the Gulf Coast Veterans Healthcare System (GCVHCS) REQUEST FOR INFORMATION (RFI) 36C25622Q1104 BACKGROUND: Gulf Coast Veterans Healthcare System (GCVHCS) currently utilizes virtual reality systems for Veterans in the Community Living Center, Inpatient Medical Surgical Ward, PTSD Clinic, and Physical Medicine and Rehabilitation Services. The addition of applied virtual reality for employee use will enhance our ability to provide adjunct opportunities for employees to decrease stress and anxiety. This modality will be one of the options for employee use in the newly created employee wellbeing center at the Biloxi campus as well as multiple mobile employee wellness carts for the outlying buildings and CBOCs.

Please respond if you can provide the following item(s); AppliedVR Soothe VR Headsets with controller and preloaded with de-stressing and calming software with escape, relaxation, and guided imagery experiences. We will need implementation service/support for one year from the date of the contract award. Specifications/Characteristics: Minimum technical specs must be provided to meet the requirements of the GCVHCC: Stand-alone headset with 1 conroler per headset Preloaded with a minimum of 40 destressing and calming software with escape, relaxation, and guided imagery experiences Hands-Free headset Does not depend on wifi for operation Technical and IT support for one year High resolution 4K screen Wipeable facepad on the headset Head tracking interface capabilities (does not require hand controllers) to provide user accessibility for people without upper body function/stimulation

REQUESTED RESPONSES: The intent of this RFI is to establish sources to define the procurement strategy (e.g. set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the exact brand name or equal products listed in the table in the background section above. In the response please cite your business size status. If you have an existing General Service Administration (GSA) or VA, Federal Supply Schedule (FSS) contract or Government-Wide Acquisition Contract (GWAC)/Solutions for Enterprise-Wide Procurement (SEWP), please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items.

Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, FSS contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside).

Responses should include: (1) Business Name (2) Business Address (3) Point of Contact Name Phone Number E-mail Address (4) DUNS Number (5) NAICS code (6) Business Size: SMALL or LARGE (7) Type of Business: SERVICE-DISABLED VETERAN OWNED (SDVOSB), VETERAN OWNED (VOSB), 8A, HUBZone, WOMAN-OWNED (WOSB), etc. (8) Letter stating OEM authorized dealer, authorized distributor, or authorized reseller for the proposed equipment and/or services if applicable (9) GSA/FSS Contract Number if applicable Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the background section above.

CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Jeff Mason, jeffery.mason2@va.gov. Please respond to this RFI no later than August 30th, 2022 by 2:00 pm CT.

DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 334310 – Audio and Video Equipment Manufacturing
  • Place of Performance:

Full details via beta.sam.gov

SOURCES SOUGHT: 6515–Research Microscopes

THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).

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. 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 DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 339112 (size standard 1,000). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.

The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide Microscopes that meets the following salient characteristics and specifications for VA Phoenix Healthcare System. Salient Characteristics/Specification

1. MUST have Hardware/software allows for automated set up, scanning, and analysis with 3D simulated software. 3D software must include electronic optical sectioning projection element with digital pinhole control and digital 3D software integration with 3D object tracking, time tracking, and quantification methods.

2. MUST have Hardware is all-in-one inverted digital microscope system with motorized XY stage and focus Z control to 0.1um step size.

3. MUST have Hardware allows minimum of 3 slides at a time to be loaded for automated acquisition & stitching of bright field and/or fluorescence images with high intensity LED and transillumination lighting with DAPI, GFP, and TRITC filter mirror cube components.

4. MUST have Hardware/software accommodates a variety of sample formats including slides and standard tissue culture plates, dishes, and flasks.

5. MUST have Minimum of 23-inch display

6. MUST Contains a software platform that closely integrates and calibrates automated functioning of all objectives and filters for reproducibility of high resolution and density images and data products. Must have fully integrated intuitive user interface to facilitate repeatability and ease of use. Must include minimum of of 4x, 10x, 20x phase objective lenses, 40x planar apochromatic objective lens, and 60x oil planar apochromatic objective lens or more. Substitutions not allowed.

7. MUST have Equipment s analysis software combines image correction tools with powerful quantification functions, including the ability to instantly remove fluorescence blurring and enabling visualization of weak fluorescence. Also allows for high throughput high content screening and quantification of color brightfield and fluorescent images across many tissue and vessel types allowing for color extraction and advanced masking functions and automatic combining of data for large area stitched imaging.

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below.

Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings.

*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items” meet all required salient characteristics. Responses to this notice shall be submitted via email to Carlo.manuel@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday August 12, 2022 at 1:00 PM PST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance:Department of Veterans Affiars VA Phoenix Healthcare System Phoneix , AZ 85012

Full details via beta.sam.gov

SOURCES SOUGHT – Kayenta Health Center Ultrasound System

This is a Sources Sought Notice for information only: This is not a request for quotes/proposals or an invitation for bids. The Navajo Nation Area Indian Health Service, Kayenta Service Unit (KSU) issued in accordance with Federal Acquisition Regulation (FAR) Subpart 5.101 for ULTRASOUND SYSTEM. The purpose of this notice is to identify potential sources who are able to provide the identified products/service needed by the Kayenta Service Unit to meet agency’s identified requirements at the Kayenta Health Center, Highway 160, South of Mile Post 394.3, Kayenta, AZ 86033.

The Contractor shall provide the requested ULTRASOUND SYSTEM to the Indian Health Services as requested by the Kayenta Service Unit authorizing official.

General requirements:

The Contractor shall provide the following items:

  1. (1 EACH) L25100 SONOSITE PX ULTRASOUND SYSTEM
  2. L23119 TRANSDUCER, C5-1
  3. L23121 TRANSDUCER, IC10-3
  4. L22916 TRANSDUCER, L12-3
  5. L23972 TRANSDUCER, L 19-5
  6. L24087 TRANSDUCER, P5-1
  7. L25110 SONOSITE PX STAND
  8. L28623 SONOSITE POWERPARK
  9. SONOSITE INSTITUE FOR POC ULTRASOUND

The Government does not intend to make an award on the basis of the Sources Sought Notice or otherwise pay for the information provided herein.

Contract Date of Delivery: 12/31/2022.

The government will evaluate market information to ascertain potential market capacity to provide supplies with those described in this notice.

In accordance with the Buy Indian Act, 25 U.S.C. 47, the Indian Health Service shall give preference at all times, as far as practicable, to Indian economic enterprises.  If your firm is capable of providing the supplies and/or services described in this notice, complete the attached representation form and submit it along with the rest of the requested documents identified in this notice.

THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH WILL BE USED TO DETERMINE THE ACQUISITION STRATEGY SUCH AS INDIAN-OWNED

ENTERPRISE SET ASIDES: TOTAL SMALL BUSINESS SET ASIDE, ANY OTHER SOCIO-ECONOMIC SET ASIDE, OR UNRESTRICTED.

The Government requests interested parties submit a written response to this notice which includes:

  1. Company Name.
  2. Company DUNS number.
  3. Company point of contact, mailing address, and telephone and fax number(s), and website address
  4. Name, telephone number, and e-mail address of a company point of contact who has the authority and knowledge to clarify responses with government representatives.
  5. Date submitted.
  6. Applicable company GSA Schedule number or other available procurement vehicle.
  7. Business Size Standard of Company (i.e., small business, 8(a), woman owned, veteran owned, Native American owned, etc.)
  8. System for Award Management (SAM) registration status. All respondents must register on the SAM located at http://www.sam.gov/.

Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 07/30/2022, 7:00 pm Eastern Standard Time. All responses under this Sources Sought Notice must be emailed to Roxanne.Franklin @ihs.gov.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 334510 – Electromedical and Electrotherapeutic Apparatus Manufacturing
  • Place of Performance: Kayenta , AZ 86033 USA

Full details via beta.sam.gov

ISBEE Sources sought Vital Signs monitor

Vital signs monitors

(3 each) –  Connex 6800 Vital Signs monitor (Part# Welch Allyn 68MXTP-B)

(3 each) – Accessory Cable Management Mobile Stand (Part# Welch Allyn 4800-60)

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339113 – Surgical Appliance and Supplies Manufacturing
  • Place of Performance: Polacca , AZ 86042 USA

Full details via beta.sam.gov

Sources Sought: EYESI Surgical Training System

EYESI SURGICAL COMPLETE SYSTEM TO INCLUDE THE FOLLOWING PART#’S: PS-2004_W – SURGICAL PLATFORM 2.11 SOFTWARE – SIMULATOR SOFTWARE SI-C_2011 CAT SURGERY INTERFACE PACK IS-C003 – INCLUDING CAT HAND -ACTIVATED FORCEPS TMP-C001- EYESI CAT BASIC SKILLS PACK 1(LICENCE) INCLUDING: ANTI TREMOR TRAINING, FORCEPS TRAINING, PHACO BASIC SKILLS TRAINING.  TMP-C002 -EYESI CAT BASIC SKILLS PACK 2 (LICENCE) INCLUDING: NAVIGATION TRAINING, BIMANUAL TRAINING, CHOPPING & CRACKING TRAINING.  TMP-C003- EYESI CAT BASIC SKILLS PACK 3 (LICENCE)INCLUDING: INTRACAPSULAR ANTI-TREMOR, INTRACAPSULAR NAVIGATION TRAINING, PHACO CHOPPING TRAINING, CAPSULOHEXIS(LICENCE), HYDROMANEUVERS (LICENCE), PHACO DIVIDE & CONQUER (LICENCE), IRRIGATION ASPIRATION (LICENCE), IOL INSERTION (LICENCE), IOL INSERTION (LICENCE)ANTERIOR VITRECTOMY (LICENCE), IRIS EXPANSION RING (LICENCE), CAPSULAR TENSION RING (LICENCE) SI-V_2011- VIT SURGERY INTERFACE PACK IS-VOO2 – VIT HAND-ACTIVATED FORCEPS SI-AO02 – VIT BIOMv5/SDI MIMIC TMP-V101 – VIT BASIC SKILLS PACK (LICENCE) INCLUDING: VIT FROCEPS TRAINING, VIT ANTI TREMOR TRAINING, VIT VITRECTOR TRAINING, TMP-V102 – VIT BASICSKILLS PACK (LICENCE) INCLUDING: NAVIGTION TRAINING, VIT BIMANUAL TRAINING, BIMANUAL SCISSORS TRIANING.  TM-V101 – VIT EPIRETINAL MEMBRANCES (LICENCE) TM-V102 – VIT ILM PEELING (LICENCE) TM-V103 – VIT POSTERIOR HYALOID (LICENCE) TM-V104 – VIT ENDOLASER (LICENCE) TM-V105 – VIT RETINAL DETACHMENT (LICENCE) CW_C1 – CAT TRAINING COURSEWARE (LICENCE) CW_v1 – VIT TRAINGING COURSEWARE (LICENCE)  SKILLS PACK 2 (LICENCE)

EYESI SURGICA COMPLETE GOLD SOFTWARE PLAN 36M INCLUDING ACCESS TO VRmNET DURIGN VALIDITY PERIOD

EYESI SURGICAL CAT HAND-ACTIVATED FROCEPS (SPARE INST SET) ESMP_IN_CAT_A_S – ES CAT ANGLED INSTUREMENT ESMP_IN_CAT_P_S – ES CAT PHACO ANGLED INSTURMENT

  • Original Set Aside:
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance: MI 48105 USA

Full details via beta.sam.gov

Top 10 PSC codes in 2020

If you’re a small business owner and have been trying to get into the federal arena, you are probably familiar with the North American Industry Classification (NAICS) code. It is very important in terms of gaining visibility to the government but did you know that the Product Service Codes are just as important?

One of the reasons why business owners get lost in government contracting is because of the overwhelming variety of products and services needed by the agencies. 

PSCs can help a business easily describe what they can offer to the government buyers, as they are straightforward and also narrower compared to NAICS codes. 

Most business owners think their companies stand out from their competition, but only a few have actually attempted to validate that. 

Find your competitive advantage by getting to know the marketplace. This could expand potential opportunities for you and your company. With that in mind, here’s a list of the top 10 PSC codes that have dominated 2020 and what they offer to the market.

1. 1510 

Aircraft, Fixed Wing

This code pertains only to complete aircraft which means end items, assemblies, parts, attachments, or accessories for use in or on fixed-wing aircraft are classified in classes other than this class.

2. R425

Professional: Engineering/Technical

This is designated for engineering and technical services. Under this category are services that offer systems engineering, technical assistance, and other services used to support the program office during the acquisition cycle. This excludes language translation and sign language interpretation.

3. 1905 

Combat Ships and Landing Vessels

This code includes aircraft carriers; battleships; cruisers; destroyers; submarines; frigates and corvettes; gunboats; motor torpedo boats; sub chasers; landing barges; minelaying and mine sweeping craft. 

4. R499

Support- Professional: Other

Services in this category offer advisory management. Businesses that fall under this are wide-ranging. One of the few possible NAICS codes for this is engineering services, environmental consulting services, and other computer-related services.

5. 1410

Guided Missiles

This class includes only complete guided missiles, with or without warheads and explosive components, whether in assembled or unassembled form. Complete drones, initially designed as missiles, but converted to drone use, are also part of this code. 

End items, assemblies, parts, attachments, or accessories for use in or on guided missiles are classified in classes other than this class.

6. 6505 

Drugs and Biologicals 

This code refers to establishments that provide all drugs, medicinal grade chemicals, and biologicals subject to the Federal Food, Drug and Cosmetic Act, listed in the Monograph section of the U.S. Pharmacopeia or the National Formulary or covered by the United States Adopted Names (USAN). The items in this category, however, must be formulated for human use only.

Medicated cosmetics and toiletries classifiable in FSC 6508 and in vitro diagnostic substances and reagents classifiable in FSC 6550, and Veterinary Drugs and Biologicals classifiable in FSC 6509 are excluded from this class.

7. D399 

IT and Telecom- Other IT and Telecommunications

This refers to establishments that offer IT and telecommunication services, as the name states. This category comprises services that offer any form of electronic information use and transmission.

8. Q201 

Medical- General Health Care

This code is also self-explanatory, as it pertains to general health care services. Possible NAICS codes under this category are general medical and surgical hospitals, temporary help services, and home health care services.

9. M1JZ

Operation of Miscellaneous Buildings

Codes under M1 are designated for companies that operate on government-owned buildings. Most of the industry titles under the M1 classification are specified. This code, on the other hand, refers to the construction of buildings that may not particularly fall into other categories, hence the term miscellaneous.

10. 6515

Medical and Surgical Instruments, Equipment, and Supplies

The items offered in this class include anesthesia apparatus, blood transfusion apparatus, oxygen therapy apparatus, respirators, orthopedic supplies, arch supports, clinical thermometers, sutures, hearing aids, veterinary equipment, endoscopes, fiber optic. The ophthalmic instruments and non-medical endoscopes, however, are not included.

RESOURCES

The ranking from this article was taken from usaspending.gov. Federal awards in 2020 were categorized by their PSC codes and were then listed from highest to lowest, according to their respective cumulative amount obligated by the federal government.

To learn more about PSC codes and how to use them, check this video entitled, What is a PSC (product service code) and how to use it? to know your way around the industry and find your competitive edge.

The information found in this article is taken from the Products and Service Codes Manual, wherein the products, services, and research and development (R&D) purchased by the federal government were described according to its specified code.