6515--NX EQ Recorders, Physiologic, pH, Upper Gastrointestinal Tract (VA-26-00040316)
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) Strategic Acquisition Center (SAC) is conducting market research via a Sources Sought notice and Notice of Intent to Sole Source for the Medtronic® Bravo™ Reflux Testing System. The VA seeks qualified sources to provide these systems and associated service plans nationwide. Responses are due by February 13, 2026, 5:00 PM Eastern.
Purpose & Scope
This market research aims to identify vendors capable of supplying the Veterans Health Administration (VHA) Non-Expendable Equipment National Program with Physiologic, pH, Upper Gastrointestinal Tract Recorders. The requirement specifically targets the Medtronic® Bravo™ Calibration-Free Wireless Esophageal pH Monitoring System, including various components (e.g., recorders, vacuum pumps, carry cases, software, power adapters) and 1, 2, or 3-year service plans. The objective is to provide these systems to VA medical centers and facilities across the United States and its territories.
Key Requirements
Vendors must demonstrate their product meets the following salient characteristics:
- FDA Clearance (510K)
- Calibration-Free pH wireless Sensor Technology
- Extended 96-hour recording capability
- Wearable wireless external receiver for uninterrupted data collection
- Receiver capable of allowing patients to record symptoms, meals, and body position changes
- Includes manufacturer-provided reflux analysis software
- Includes Service Plans for repair, maintenance, and software updates.
Contract & Timeline
- Contract Type: Anticipated 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 1000 employees.
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies).
- Response Due: February 13, 2026, 5:00 PM Eastern.
- Published: February 4, 2026.
Submission & Eligibility
Interested parties must submit responses via email to kyle.franks@va.gov and felicia.demita@va.gov. Submissions should include company details (name, address, UEI, business size), manufacturer/distributor information (including authorization and country of origin), evidence of national supply capability, technical literature addressing salient characteristics, detailed service plan information, item pricing (including discounts), subcontracting opportunities, and federal contract vehicles. All offerors must be registered in SAM.gov, and SDVOSB/VOSB firms must be verified in the SBA database.
Additional Notes
This is a Sources Sought for market research and a Notice of Intent to Sole Source; it is not a solicitation for bids, proposals, or quotations. The government is not committed to awarding a contract or paying for information submitted. Pricing information is crucial for the Contracting Officer to determine if a set-aside can be pursued.