6515--Medical Airway Visualization System
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) is conducting market research through a Sources Sought Notice / Request for Information (RFI) to identify qualified sources capable of providing a Medical Airway Visualization System. The VA is specifically interested in systems equivalent to the Verathon GlideScope Core 15 FHD Premium Configure W/2 Core Quickcon Cables (Manufacturer Part #: 0270-1112-FHD). This RFI is for information and planning purposes only and is NOT a solicitation. Responses are due by March 20, 2026, at 4:00 PM EST.
Scope of Work / Requirements
The VA is seeking a Medical Airway Visualization System with the following salient characteristics:
- Real-time imaging with simultaneous viewing via video laryngoscope and single-use flexible bronchoscope.
- Minimum 10-inch LCD high-definition touchscreen monitor compatible with latex glove use.
- Ability to enlarge bronchoscopy view by at least 1.5x.
- Still image and video capture via touchscreen.
- Video playback and image gallery with full-screen viewing capability.
- 180-degree image rotation for face-to-face intubations and training.
- Single-use video laryngoscopes and flexible bronchoscopes that can be swapped while the machine is in use.
- Optional auto recording.
Note: The list of salient characteristics is descriptive, not restrictive.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- NAICS Code: 339112 (Medical and Surgical Instruments, Equipment, and Supplies) with a 1,000-employee size standard.
- Response Due: March 20, 2026, 4:00 PM EST
- Published: March 10, 2026
- Place of Performance: VAMC San Diego, United States
Information Requested
Interested companies must provide comprehensive answers to 19 specific questions, including:
- Company name, address, point of contact, and SAM.gov Unique Entity ID/Cage Code.
- Country of origin for each line item (IAW FAR 52.225-1, Buy American Act).
- A capabilities statement detailing how your organization meets or cannot meet the salient characteristics.
- Feedback or suggestions on the salient characteristics.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS 339112.
- Confirmation of manufacturer, authorized distributor, or solution provider status.
- Details on compliance with Limitations on Subcontracting and the Non-Manufacturer Rule (if applicable).
- Confirmation if items are Commercial Off-the-Shelf (COTS).
- Lead time for delivery, estimated lifespan, and support services.
- FDA clearance details for proposed equipment.
- Information on leasing solutions and existing Federal Government contracts (FSS, GSA, etc.).
- General pricing for market research purposes only.
Submission Instructions
Responses must be submitted via email to Nathan.munson@va.gov. Telephone responses will not be accepted.
Additional Notes
This RFI is for market research and acquisition planning only. Responses are not offers and cannot be accepted to form a binding contract. Responders are solely responsible for all associated expenses. Further RFIs or solicitations may be issued based on the information received.