6515--Physiologic Monitor Modules: Pulse Oximetry

SOL #: 36C10X26Q0086Sources Sought

Overview

Buyer

Veterans Affairs
Veterans Affairs, Department Of
SAC FREDERICK (36C10X)
FREDERICK, MD, 21703, 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
Mar 4, 2026
2
Response Deadline
Mar 16, 2026, 2:00 PM

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 the Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of the Veterans Health Administration (VHA), has issued a Sources Sought Notice for Physiologic Monitor Modules: Pulse Oximetry. The VA is conducting market research to identify qualified sources capable of providing Masimo® brand name or equal products for a potential VA-wide (national) single Requirements Contract with Firm-Fixed Price (FFP) orders. Responses are due by March 16, 2026, at 10:00 am EST.

Scope of Work

The requirement is for Physiologic Monitor Modules: Pulse Oximetry, which are noninvasive patient monitoring systems utilizing near-infrared spectroscopy (NIRS) technology to measure regional hemoglobin oxygen saturation. These devices provide insights into localized oxygen status, particularly in vital organs, to guide clinical interventions. Vendors will be required to deliver equipment to VA medical centers and facilities nationwide.

Key products being considered include Masimo® Root Monitors, O3 Regional Oximeter Modules, O3 Sensors, Root Roll Stands, DLMS Virtual Servers, various interface modules (HL7, ADT, Notifications, Results Out), and related services (Installation, IRIS DCX licenses, IRIS Service, Wireless Site Survey, Concierge+ Service Plan).

Products must meet specific Salient Characteristics (SCs), including:

  • Continuous non-invasive Cerebral oxygen saturation (rSO₂) values.
  • Ability for bilateral sensor placement.
  • Configurable alarms for cerebral desaturation thresholds.
  • Data output/connectivity supporting integration with hospital information systems (e.g., HL7, CIS/ARK).
  • FDA clearance for cerebral oximetry applications in anesthesiology and perioperative care.

Anticipated Contract Details

  • 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: 1000 employees).
  • Product Service Code: 6515 - Medical And Surgical Instruments, Equipment, and Supplies.
  • Set-Aside: None specified for this Sources Sought notice.

Submission Requirements

Interested sources must submit responses via email to Jalima.Jones@va.gov and Sara.Vickroy@va.gov by the deadline. Submissions should include:

  • Details on annual service plans (coverage, software/parts, OEM/subcontractor).
  • Full company name, address, CAGE Code/SAM UIE, and business size.
  • Indication of whether the vendor is a manufacturer or distributor (if distributor, provide manufacturer details).
  • Country of Origin designation for all products.
  • Demonstrated ability to provide uninterrupted supply on a national scale.
  • Technical literature clearly showing how products meet all identified Salient Characteristics, with page numbers.
  • Any additional beneficial product solutions or configurations.
  • An Authorized Distributor Letter certified by the OEM (if applicable).

All interested offerors must be registered in SAM.gov with the appropriate NAICS code. SDVOSB/VOSB offerors must be verified in the SBA database at https://veterans.certify.sba.gov/#search at the time of quote submission. A Capabilities Statement may be submitted but is not required.

Important Notes

This is a Sources Sought notice for planning purposes only and does not constitute a commitment to award a contract. The government will not pay for information submitted, and the information provided is subject to change.

People

Points of Contact

Jalima J. JonesContract SpecialistPRIMARY

Files

Files

Download
View

Versions

Version 1Viewing
Sources Sought
Posted: Mar 4, 2026