6515 - Polysomnography - Sleep Lab EEG Analyzers and Software
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 the Wilkes-Barre VA Medical Center, is conducting market research through a Sources Sought Notice to identify potential sources for a new Polysomnography System (Sleep Lab EEG Analyzers and Software). This system is required to properly monitor Veterans during sleep studies. Responses are due by Friday, May 8, 2025, at 4:00 PM EST.
Scope of Requirement
The VA requires a comprehensive polysomnography system with multi-channel acquisition for in-lab sleep studies, including EEG, EOG, EMG, ECG, respiratory effort, airflow, SpO2, and body position. Key requirements include high-fidelity signal sampling, low-noise design, synchronized HD/IR video and audio, flexible hardware configurations, and secure, enterprise-ready deployment with role-based access. The system must support AASM-compliant scoring, integrate with hospital systems (e.g., HL7), offer scalable database/archiving, and provide therapy titration support (e.g., PAP interfaces). Basic functionalities include efficient study setup, reliable PSG data streaming, automated event detection with manual review tools, configurable settings, customizable reports, EMR/HIS integration, and administration tools. All items and installation will be completed at the Wilkes-Barre VA Medical Center in Wilkes-Barre, PA.
Submission Requirements
Interested parties must have an active registration in SAM.gov. Responses should include company name, address, point of contact, phone, email, Unique Entity ID, and CAGE Code. Firms must also answer socio-economic status questions under NAICS 334510 (Electromedical and Electrotherapeutic Apparatus Manufacturing), indicating if they are a small business, Veteran-Owned Small Business (VOSB), Service-Disabled Veteran-Owned Small Business (SDVOSB), HUBZone, Woman-Owned, or Large Business. Additionally, respondents should provide GSA/FSS schedule information, product manufacturing location, a capability statement, relevant literature, a Letter of Authorization from the OEM, and a brochure/specification sheet for the product.
Contract & Timeline
- Type: Sources Sought / Market Research
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- NAICS Code: 334510
- Set-Aside: The VA intends to award contracts to Veteran-Owned Small Businesses (VOSB/SDVOSB) if two or more such businesses are expected to submit offers at a fair and reasonable price, in accordance with 38 U.S.C. 8127(d). This notice is for market research to determine potential set-aside for a future solicitation.
- Response Due: Friday, May 8, 2025, at 4:00 PM EST
- Published: April 28, 2026
Additional Notes
This notice is for market research purposes only and is not a pre-solicitation or solicitation document. The Government is not currently soliciting bids, quotes, or proposals but reserves the right to do so later. All questions must be submitted via email to Nathan Lohr at nathan.lohr@va.gov; no phone calls will be accepted.