6515--Ophthalmic Ultrasound Console with Biometry
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 Network Contracting Office 5, is conducting market research through a Sources Sought notice to identify potential sources for an Ophthalmic Ultrasound Console with Biometry for the Washington DC VA Medical Center. This notice is for planning purposes only; it is not an invitation for bid or proposal, and no contract will be awarded from this announcement. Responses are due May 18, 2026, at 9:00 AM Eastern Time.
Scope of Work
The VA seeks an Ellex Absolu S Ultrasound Console with Biometry, including specific probes (B15 MHz, B 20MHZ, 50 MZ UBM, Biometry A-Scan), Ellex DICOM Software, Clinical Applications Training, a Height Adjustable Absolu Cart, and a Wireless 9 Function Footswitch. Key features required include high-resolution A-scan and B-scan imaging, specific probe resolutions (e.g., 15 MHz B-scan, 50 MHz UBM), defined axial and lateral resolution, depth of field, frame rate, cineloop, axial length measurement capabilities, built-in IOL formulas, post-op refractive calculation, pattern recognition, motion sensor probes, and compatibility with Zeiss FORUM software. The procurement encompasses all parts, labor, software, resources, and training. Items must be manufacturer-warranted and procured through an approved distribution channel. Delivery is required within 90 days from contract award, with installation by certified personnel and on-site training for clinical staff. Deliverables include a service report, warranty information, and electronic operator's and technical service manuals.
Contract & Timeline
- Type: Sources Sought / Market Research (Anticipated Contract Type: Firm-Fixed Priced)
- NAICS Code: 339112 (Surgical and Medical Instrument Manufacturing)
- NAICS Size Standard: 1,000 employees
- Response Due: May 18, 2026, 9:00 AM Eastern Time
- Published: May 8, 2026
Submission Requirements
Contractors capable of meeting the requirement must provide:
- Company name, address, and point of contact.
- Business size status (SDVOSB, VOSB, HUBZone, WOSB, Large Business), indicating if considered small under NAICS 339112.
- Manufacturing country of origin.
- Details on whether the company is a manufacturer or distributor (if distributor, specify any alterations/modifications).
- Information on existing FSS/GSA/NAC/NASA SEWP contracts, including pricing and capabilities. Submissions should be sent to Ryan Singletary, Contracting Officer, at ryan.singletary@va.gov. Telephone responses will not be accepted.
Additional Notes
This is for informational purposes only to determine available sources. Responses do not guarantee inclusion in any future solicitation, nor do they entitle payment of direct or indirect costs. The government is not obligated to acquire any products or services based on this notice. Specific procedures for on-site work, including COVID-19 screening and mask requirements, are detailed in the attached documents.