6515--Monitors: Physio: Cardiac Output: Bedside (Hemodynamic)
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), through its Strategic Acquisition Center (SAC) and Veterans Health Administration (VHA), is conducting a Sources Sought to identify qualified vendors for Monitors: Physio: Cardiac Output: Bedside (Hemodynamic) systems and components. The VA intends to award a Requirements Contract with Firm-Fixed Price (FFP) orders for Becton Dickinson HemoSphere Alta® brand name or equal products. Responses are due by April 28, 2026.
Scope of Work
The requirement is for portable, stand-alone bedside monitors designed to acquire, measure, and process information for intermittent and/or continuous monitoring of cardiac output and derived hemodynamic parameters. Key functions include displaying cardiac output curves, index, blood temperature, stroke volume, and systemic vascular resistance. Some monitors may offer continuous cardiac output monitoring or other hemodynamic features.
The VA is considering specific Contract Line Items (CLINs) for Becton Dickinson products, including:
- CLIN 0001: HemoSphere Alta All-in-One Bundle (55 units annually)
- CLIN 0002: HemoSphere Alta Cardiac Bundle (30 units annually)
- CLIN 0003: HemoSphere Alta Smart Recovery Bundle (15 units annually)
- CLIN 0004: HemoSphere Roll Stand Accessory (90 units annually)
- CLIN 0005: Pressure Controller Cover (100 units annually) Each bundle includes 2-Years of Total Protection Service.
Salient Characteristics (SCs) for CLINs 0001-0003 require monitors to be:
- Portable/stand-alone, displaying parameters like DO2, CO, CaO2, SV, SvO2/Scv02, and HR.
- Equipped with embedded algorithms for continuous beat-to-beat CO/SV and prediction of patient deterioration.
- Capable of displaying all parameters in one integrated interface.
- Able to interface with Electronic Medical Records (EMR).
- FDA approved for adult critical care patients.
Contract & Timeline
- Opportunity Type: Sources Sought (for planning purposes only)
- Intended Contract Type: Requirements Contract with Firm-Fixed Price (FFP) orders.
- Period of Performance: One 12-month base period with four 12-month option periods.
- NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing (Size Standard: 1,000 employees).
- Response Due: April 28, 2026, 4:00 PM ET
- Published Date: April 14, 2026
Submission Requirements
Interested vendors must submit responses including:
- Full company name, address, and Unique Entity Identifier (UEI).
- Business size and designation as manufacturer or distributor (with manufacturer details if applicable).
- Country of Origin for all products.
- Demonstrated ability to provide uninterrupted national supply.
- Technical Literature clearly showing how proposed "or-equal" products meet or exceed all specified Salient Characteristics.
- Any additional beneficial product solutions or configurations. Vendors may also submit a Capabilities Statement, provided it specifically addresses the questions outlined in the notice. Generic statements or links will not be considered.
Eligibility & Notes
Offerors must have an active Federal Government contracts registration in SAM.gov. SDVOSB/VOSB offerors must be verified in the SBA Veteran Small Business Certification (VetCert) database at the time of proposal submission. This notice is for market research and planning only and does not constitute a commitment to award a contract.