On behalf of the James H. Quillen VA Medical Center, Network Contracting Office (NCO) 9 is issuing this Sources Sought Notice (SSN) as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed-priced purchase order to provide services and material needed to replace and upgrade the currently install Pneumatic Tube Station. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334513 instruments and related products manufacturing for measuring, displaying, and controlling industrial process variables.
THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for bids, proposals, or quotes; submission of any information in response to this market survey is purely voluntary; and the government assumes no financial responsibility for any costs incurred.
If your organization has the potential capacity to perform these services, please provide the following information:
Organization name, address, point of contact, email address, web site address, and telephone number.
Business size: small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business (SDVOSB), veteran owned small business (VOSB), large business, etc.
Business type under NAICS 334513, which contains a size standard of 750 Employees, Commercial and Government Entity (CAGE) Code and System for Award Management (SAM) Unique Entity ID (UEI) number.
Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability.
Responses to this SSN shall not exceed 4 pages and should include all the foremost mentioned information. In addition, all submissions should be provided electronically in a Microsoft Word or Adobe Portable Document Format (PDF).
The government will evaluate market information to ascertain potential market capacity to:
Provide services consistent in scope and scale with those described in this notice and otherwise anticipated.
Implement a successful plan that includes contractor compliance with program standards, quality control, and performance.
Provide services under a firm-fixed-price contract.
NOTE: Respondent claiming SDVOSB and VOSB status shall be registered, and verified in Small Business Search (https://search.certifications.sba.gov/).
Based on the responses to this SSN/market research, this requirement may be set-aside for SDVOSBs, VOSBs, small businesses, procured through full and open competition, or sole sourced.
Submission Instructions: Interested parties who consider themselves qualified to perform the services are invited to submit a response to this SSN by 5:00 PM EST, May 22, 2026. All responses under this SSN must be emailed to kristie.collins@va.gov. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
SAM: Interested parties shall be registered in the System for Award Management (SAM) as prescribed in Federal Acquisition Regulation Clause 52.232-33. SAM information can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220.
Disclaimer and Important Notes. This notice does not obligate the government to award a contract or otherwise pay for the information provided in response to this SSN. The government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the government to determine the organization s qualifications to perform the work. Respondents are advised that the government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation or combined solicitation may be published in Contract Opportunities (formerly Federal Business Opportunities or FBO). However, responses to this notice shall not be considered adequate responses to a solicitation.
Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).
See SOW on the following page.
STATEMENT OF WORK
Upgrade Pneumatic Tube Station
SCOPE OF WORK: Provide and Install upgrades to the Pneumatic Tube station to replace existing and outdated components in buildings 200, 204, and 77 at the Mt. Home VA Medical Center (Johnson City) TN 37684. This shall include removal and disposal of 22 station controls and providing and installing 22 New station upgrade packages. Contractor shall remove and dispose 2 blower control assemblies and provide and install 2 New blower control package units. Contractor shall provide and install 12 transfer unit upgrade packages with a standalone virtual server not connected to VA Network. Must meet or exceed existing components and equipment, including fit. Upgrades need to fit and set correctly inside existing space available within the designed 22 tube stations and components within in the system. Therefore, they must meet requirements without further expense to the government (modifications at our expense) because they will not fit space available where the existing units set.
General description:
Swiss log 6-inch pneumatic tube stations, typically part of the Trans Logic system, are designed for high-capacity, secure transport of medical supplies, with 6-inch carriers handling up to 12 lbs. at speeds of 20 25 feet per second. These stations can feature Nexus touchscreen interfaces, RFID tracking, and can be upgraded with Whisper technology for quieter, cushioned delivery.
Key 6-Inch Station Specifications & Features:
System Capacity: 6-inch diameter carriers, often utilizing 3M Brushlon materials for durability.
Performance: Transports up to 12 lbs. (net payload) at 20-25feet per second.
Station Types: Includes front-load stations, which can be designed for recessed, flush-mounted installation.
Interface: Features a Nexus control panel (touchscreen).
Security/Access: PIN code access.
Noise Reduction: Whisper receiving systems use energy-absorbing, cushioned bins for quieter operation.
Additional Options: stainless steel construction.
SUPPORTING INFORMATION:
Place of Performance James H. Quillen VA Medical Center, Veterans Way & Lamont St.,
Mountain Home, TN 37684.
Scheduling Delivery shall be performed during regular business hours, 7:00 a.m. to 4:30 p.m., Monday through Friday, except for Federal Holidays. Evening, night, and weekend delivery may be required as circumstances dictate and are approved by the Contracting Officer or Contracting Officer s Representative (COR) only. Someone must be here to receive order.
- One-year warranty on provided components