Discover opportunities months before the RFP drops
Learn more →Retrieving RFP details
Starbridge can help you:
Pain points mentioned in board meetings and strategic plans
Instantly outline and draft all requirements
Bring in your USPs and exploit competitor gaps
Starbridge can help you:
Get ahead of RFPs — target accounts planning budget or ending contracts soon
Accounts with contract expirations, meetings mentioning your product, grants, budget changes and more
Starbridge.ai books 30 - 40% of leads into meetings
Premium
Access the largest public sector contact database
Premium
Get complete source documentation & analysis
The Department of Veterans Affairs (Network Contracting Office 4) solicits laboratory testing services for hemodialysis water analysis at the Wilkes-Barre VA Medical Center, including bacterial colony counts, endotoxin (LAL) testing, and AAMI contaminant panel testing. This is a Total Veteran-Owned Small Business set-aside for an IDIQ contract (36C24426Q0129) with an estimated value of $19 million over a five-year period and a contract performance period roughly 02-10-2026 through 02-09-2031. Questions were due 2026-01-20 and quotes are due 2026-01-27 12:00 PM ET (2026-01-27T17:00:00Z).
Starbridge can help you:
Pain points mentioned in board meetings and strategic plans
Instantly outline and draft all requirements
Bring in your USPs and exploit competitor gaps
Starbridge can help you:
Get ahead of RFPs — target accounts planning budget or ending contracts soon
Accounts with contract expirations, meetings mentioning your product, grants, budget changes and more
Starbridge.ai books 30 - 40% of leads into meetings
The Contractor shall be a certified laboratory capable of providing bacterial assays of dialysis water in accordance with ANSI/AAMI 13959, 2014, using one of the following methods: i. 48 hours incubation: trypticase soy agar (TSA, a soybean casein digest agar) or ii. standards method agar and plate count agar, incubated at 35° - 37°C for 48 hours. b. The Contractor shall ship an adequate number of appropriate sample containers to the Medical Center on a monthly basis and include a preprinted and prepaid return label for overnight shipping. Medical Center staff will then collect the samples from the required locations and return them to the testing lab via overnight shipping for analysis. i. Contractor shall also provide shipping boxes with Styrofoam inserts, freezer packs, test tubes and bottles, bubble pack for tubes, and shipment of all necessary supplies.
Posted Date
Jan 15, 2026
Due Date
Jan 27, 2026
Release: Jan 15, 2026
Close: Jan 27, 2026
The Contractor shall be a certified laboratory capable of providing bacterial assays of dialysis water in accordance with ANSI/AAMI 13959, 2014, using one of the following methods: i. 48 hours incubation: trypticase soy agar (TSA, a soybean casein digest agar) or ii. standards method agar and plate count agar, incubated at 35° - 37°C for 48 hours. b. The Contractor shall ship an adequate number of appropriate sample containers to the Medical Center on a monthly basis and include a preprinted and prepaid return label for overnight shipping. Medical Center staff will then collect the samples from the required locations and return them to the testing lab via overnight shipping for analysis. i. Contractor shall also provide shipping boxes with Styrofoam inserts, freezer packs, test tubes and bottles, bubble pack for tubes, and shipment of all necessary supplies.
AvailableNX EQ monitors: physio: hemodialysis.
Posted Date
Jan 13, 2026
Due Date
Jan 23, 2026
Release: Jan 13, 2026
Close: Jan 23, 2026
NX EQ monitors: physio: hemodialysis.
AvailableThe Department of Veterans Affairs (Veterans Health Administration) issued a Sources Sought (36C10G26Q0039) seeking Monitors - Physio: Hemodialysis (Fresenius USA, Inc. product line) for a potential VA-wide single requirements contract. This notice is for planning/information only and requests industry capability information; it is not a commitment to award a contract. The notice was posted Jan 13, 2026 and responses are due Jan 23, 2026.
Posted Date
Jan 13, 2026
Due Date
Jan 23, 2026
Release: Jan 13, 2026
Close: Jan 23, 2026
The Department of Veterans Affairs (Veterans Health Administration) issued a Sources Sought (36C10G26Q0039) seeking Monitors - Physio: Hemodialysis (Fresenius USA, Inc. product line) for a potential VA-wide single requirements contract. This notice is for planning/information only and requests industry capability information; it is not a commitment to award a contract. The notice was posted Jan 13, 2026 and responses are due Jan 23, 2026.
The U.S. Department of Veterans Affairs (VHA) issued a Sources Sought notice seeking vendors able to provide Fresenius USA, Inc Monitors - Physio: Hemodialysis that meet specified salient characteristics (FDA approved, touchscreen UI, visual/audible alerts, compatibility with hemodialysis systems). The notice requests capability information (company details, SAM UEI/CAGE, business size, manufacturer/distributor information, country of origin, supply capability, technical literature and letters of authorization) and states the anticipated period of performance is a 12-month base with four 12-month option years. This is a planning/sources-sought notice (not a grant) and is intended to collect industry capability information for a potential national single requirements contract.
Posted Date
Jan 13, 2026
Due Date
Jan 23, 2026
Release: Jan 13, 2026
Close: Jan 23, 2026
Surface intent from meeting minutes, budgets, and contract expirations. Influence RFP requirements before competitors ever see them.
See your top 10 upcoming opportunities on a demo →Premium
Access the largest public sector contact database
Premium
Get complete source documentation & analysis
The U.S. Department of Veterans Affairs (VHA) issued a Sources Sought notice seeking vendors able to provide Fresenius USA, Inc Monitors - Physio: Hemodialysis that meet specified salient characteristics (FDA approved, touchscreen UI, visual/audible alerts, compatibility with hemodialysis systems). The notice requests capability information (company details, SAM UEI/CAGE, business size, manufacturer/distributor information, country of origin, supply capability, technical literature and letters of authorization) and states the anticipated period of performance is a 12-month base with four 12-month option years. This is a planning/sources-sought notice (not a grant) and is intended to collect industry capability information for a potential national single requirements contract.