6515--RFQ - SDVOSB - Philips TEE Probes for Cardiology (FUS9354, FUS9358, NNAV817)
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), Network Contracting Office (NCO 16), is seeking quotes from verified Service-Disabled Veteran-Owned Small Businesses (SDVOSBs) for Philips Transesophageal Echocardiography (TEE) probes and associated components for Cardiology. This Combined Synopsis/Solicitation is a total SDVOSB set-aside. Quotes are due May 28, 2026.
Scope of Work
The requirement includes specific Philips TEE probe models:
- Six (6) Philips X8-2t Transducers (FUS9354)
- One (1) Philips X11-4t Transducer xMATRIX TEE Transducer (FUS9358)
- Two (2) CVx/CVxi Upg Edu TEE Transducers (NNAV817) All items must be new, OEM, and fully compliant with Philips specifications. Refurbished, gray-market, or third-party substitutes are not accepted. Warranty and support must adhere to standard manufacturer's terms. The place of performance is the Michael E. DeBakey VA Medical Center in Houston, TX.
Contract & Timeline
- Contract Type: Firm-Fixed-Price Single-Award Purchase Order.
- Set-Aside: Total Service-Disabled Veteran-Owned Small Business (SDVOSB) under VA's Veterans First Contracting Program.
- Delivery: Expected within 90 days After Receipt of Order (ARO).
- Published Date: May 15, 2026
- Questions Due: May 20, 2026
- Quotes Due: May 28, 2026, by 6:00 PM ET.
Submission & Evaluation
Quotes must be submitted electronically via email to the Contracting Officer. Submissions require a two-volume format: Volume I (Technical/Quality) and Volume II (Price). Evaluation will be based on Lowest Price Technically Acceptable (LPTA). Technical factors will be assessed as Acceptable/Unacceptable, and past performance will be evaluated using CPARS, FAPIIS, or other reasonable means. Award will be made to the lowest-priced offeror with an Acceptable technical quote and satisfactory past performance.
Eligibility & Notes
Offerors must be actively registered in the System for Award Management (SAM) and certified by the Small Business Administration (SBA) as an SDVOSB at the time of quotation submission and award. An Authorized Distributor/Reseller Letter must be provided. This announcement constitutes the only solicitation; no separate written solicitation will be issued.