6515--Glidescopes (Brand Name or Equal to)
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), specifically the Wilmington VA Medical Center, is conducting market research through a Sources Sought notice for the one-time acquisition of three (3) Glide Scopes (Brand Name or Equal). These video laryngoscopes are intended for the Anesthesia department to assist with difficult airway management. This is an RFI to identify potential sources and does not constitute a solicitation.
Scope of Work
The requirement is for:
- Three (3) GlideScope 10 FHD (0270-1111-FHD) units.
- Three (3) Glide Scope Go 2 Charging cradles and three (3) Go 2 Monitor Kits.
- One (1) GlideScope Core 15 FHD Premium Configuration with Two Core QuickConnect Cables (0270-1112-FHD). A one-year manufacturer's service warranty is required. Delivery will be to the VA Wilmington Healthcare Warehouse; no installation or training is needed from the vendor.
Contract & Timeline
- Opportunity Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 339113 (Medical And Surgical Instruments, Equipment, And Supplies) with a size standard of 1000 employees.
- Set-Aside: None specified (market research stage).
- Response Due: February 17, 2026, 12:00 PM ET
- Published: February 6, 2026
- Place of Performance: VA Wilmington Healthcare, 1601 Kirkwood Highway, Wilmington, DE 19805
Submission Requirements
Interested parties must submit a capability statement demonstrating their ability to meet specifications, including information on "equal to" items. Responses should include company name, address, point of contact, phone, email, UEI Number, CAGE Code, and business size status (e.g., SDVOSB, WOSB, Large Business). Vendors must indicate if they are the manufacturer, distributor, or providing an equivalent solution, and if not the manufacturer, demonstrate compliance with the non-manufacturer rule. An authorized distributor letter from the Original Equipment Manufacturer (OEM) is required. General pricing information is encouraged for market research purposes only. Responses must be emailed to andrew.taylor3@va.gov with "36C24426Q0280" in the subject line.
Additional Notes
This RFI is for information and planning purposes only and does not commit the government to a contract award. The government will not pay for any costs incurred in responding. All questions should be directed to the Contracting Officer, Andrew Taylor.