6515--ENT Microscope
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA), Network Contracting Office 5, has issued a Request for Information (RFI)/Sources Sought for market research purposes to identify capable firms for the replacement of ENT microscopes at the Hershel Woody Williams VAMC in Huntington, WV. This is not a solicitation, but rather an effort to gather information for planning a future acquisition. Responses are due by March 25, 2026, at 12:00 PM EST.
Scope of Work
The VA seeks to procure two new ENT microscopes that meet or exceed the specifications of the current Leica M400 and URBAN M703F models. The contractor will be responsible for:
- Delivery and installation of two ENT microscopes in the ENT clinic.
- Calibration of equipment per original manufacturer specifications by certified technicians.
- Providing installation documentation and equipment manuals to the VAMC Biomedical Engineering department.
- On-site training for VA staff during business hours (8 AM - 4 PM).
Deliverables include: Two microscopes, two floor stands, two sets of accessories (power cables, dust covers, handles), installation, calibration, and staff training.
Information Requested from Vendors
Interested firms should provide:
- Company Name, UEI Number, CAGE Code, and Dun & Bradstreet Number.
- Point of Contact (name, phone, email).
- Socio-economic status (SDVOSB, VOSB, Woman-Owned, etc.), with proof of SBA certification for SDVOSB/VOSB or small business status via FAR 4.1102.
- Manufacturer or authorized distributor status (with confirmation if distributor), including manufacturer location.
- Current government contract information (number, type, items under contract, schedule/SIN if applicable).
- Confirmation of ability to provide service at the Huntington VAMC location.
- Confirmation of utilizing suggested NAICS (339112) and PSC (6515), or suggestions for more appropriate alternatives with justification.
- Invoicing methods, estimated rates, and required State/Federal certifications.
- Any concerns, questions, or ambiguities regarding this Sources Sought.
Response Details
- Response Due: March 25, 2026, 12:00 PM EST.
- Submission: Via email to james.ferro@va.gov.
- Published: March 4, 2026.
Set-Aside & Notes
While Service-Disabled Veteran-Owned Small Businesses (SDVOSB) and Veteran-Owned Small Businesses (VOSB) are preferred, all capable firms are encouraged to respond. The results of this market research will assist in developing the requirement and acquisition strategy (e.g., socioeconomic set-aside, full and open competition). The VA assumes no responsibility for costs incurred in preparing responses. The VA is open to suggestions for more appropriate NAICS/PSC codes and potential GSA/FSS Schedule SIN categories.