6515--NX EQ Scanning Systems: Laser: Optical Biometry (VA-26-00026659)

SOL #: 36C10G26R0010Combined Synopsis/Solicitation

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
STRATEGIC ACQUISITION CENTER FREDERICKSBURG (36C10G)
FREDERICKSBURG, VA, 22408, United States

Place of Performance

Place of performance not available

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

Medical And Surgical Instruments, Equipment, And Supplies (6515)

Set Aside

No set aside specified

Timeline

1
Posted
Apr 14, 2026
2
Last Updated
Apr 14, 2026
3
Submission Deadline
May 9, 2026, 3:59 AM

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, is soliciting proposals for NX EQ Scanning Systems: Laser: Optical Biometry (Zeiss® IOL Master 700 brand name or equal). This is a Full and Open Competition for a single-award Requirements contract to provide critical equipment for cataract surgery across VHA facilities. Offers are due May 8, 2026, at 11:59 PM EST.

Scope of Work

The Veterans Health Administration (VHA) requires Scanning Systems: Laser: Optical Biometry for accurate Intraocular Lens (IOL) power calculations before cataract surgery. These systems measure eye characteristics (axial length, corneal curvature) to determine correct IOL power, essential for the approximately 70,000 cataract surgeries performed annually within the VA. The requirement is for Zeiss® IOL Master 700 or equal, which must meet 13 Salient Characteristics (SCs) including:

  • Ability to obtain biometry readings on dense cataracts.
  • At least 3 of 4 specified biometry formulas (Barrett, Holladay, Hoffer, Haigis).
  • Capability to provide multiple IOL power options (anterior chamber, posterior chamber, Sulcus).
  • Performance of keratometry measurements and calculations for Toric Lenses.
  • DICOM compatibility and integration with Vista/CPRS and Cerner.
  • Ability to perform corneal topography and compensate for previous refractive surgeries.
  • FDA 510 K approval and a minimum one-year warranty. Only new equipment is acceptable, and distributors must provide an OEM authorization letter.

Contract Details

  • Contract Type: Single-award Requirements contract with Firm-Fixed Price (FFP) delivery orders.
  • Period of Performance: One 12-month base year with four 12-month option years (total 60 months).
  • Set-Aside: Full and Open Competition. SDVOSB/VOSB and HUBZone preferences apply during evaluation.
  • NAICS Code: 339112 (Surgical and Medical Instrument Manufacturing), Size Standard: 800 employees.
  • Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies).
  • Delivery: Free on Board (FOB) destination, 45 days After Receipt of Order (ARO) for individual orders. CONUS and OCONUS facilities.
  • SLA Fee: A 3.0% Service Level Agreement (SLA) fee must be included in pricing and remitted quarterly.
  • Liquidated Damages: $37.50 per calendar day for failure to deliver on time.

Submission & Evaluation

Offerors must submit proposals via email in five volumes: Technical, Past Performance, Veterans Preference, Price, and Offer/Amendments/Certifications.

  • Technical Volume: Must include descriptive literature demonstrating compliance with all Salient Characteristics and a completed SC chart.
  • Past Performance: Offerors must list three relevant contracts from the past three years. Past Performance Questionnaires (Attachment G) are to be completed by references and submitted directly to the VA.
  • Veterans Preference: SDVOSB/VOSB offerors must be SBA certified. Non-SDVOSB/VOSB must identify proposed subcontractors.
  • Price Volume: Requires completion of Attachment A - Price Cost Schedule, focusing on volume discounts and two-decimal pricing, including the 3% SLA fee.
  • Evaluation: Award will be made to the most advantageous offer. Technical is significantly more important than Past Performance, which is slightly more important than Veterans Preference. Non-price factors combined are significantly more important than Price. The Government intends to award without discussions.

Key Dates & Contacts

  • Questions Due: April 22, 2026, 11:59 PM EST. Submit via email using Attachment H.
  • Offers Due: May 8, 2026, 11:59 PM EST.
  • Past Performance Questionnaires Due: May 8, 2026, 11:59 PM EST.
  • Submission Email: Lisa.thompson10@va.gov and Hosea.Berkley@va.gov.
  • Primary Contact: Lisa Thompson, Contract Specialist, lisa.thompson10@va.gov, 720-793-5907.

People

Points of Contact

Lisa ThompsonContract SpecialistPRIMARY

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Apr 14, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 14, 2026