6515--Sources Sought for Deep Brain Stimulation Stereotactic System for the Minneapolis VA Health Care System
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 Minneapolis VA Health Care System, is conducting a Sources Sought for market research to identify vendors capable of providing a new Deep Brain Stimulation Stereotactic System. This system is crucial for surgery services and must be "brand name or equal" to the Leksell Vantage Stereotactic System, compatible with existing Medtronic and Alpha Omega equipment. Responses are due by March 31, 2026.
Purpose & Scope
This is a market research effort to identify businesses that can supply a conventional stereotactic head frame solution for Deep Brain Stimulation (DBS) procedures. The VA seeks to understand industry capabilities for a system that is not robotic or microelectric recording (MER) based. This announcement will not result in a contract award but will inform future acquisition strategy.
Key Requirements
The required system must:
- Be a conventional stereotactic head frame solution.
- Be compatible with the Medtronic Stealth Station S8 guiding system and Alpha Omega lead placement device.
- Be compatible with intraoperative CT procedures and RF generators.
- Include stereotactic coordinate mapping instrumentation with specific capabilities (e.g., stop slide function, localization calculation).
- Be "brand name or equal" to the Leksell Vantage Stereotactic System, including specific components and quantities.
- Require on-site application training and go-live support.
Submission Requirements
Interested vendors must email their information, including their Unique Entity Identifier (UEI) and proof of capability, to Theresa.Thunder@va.gov. Responses must also address specific questions:
- Socio-economic category.
- Manufacturer status (and authorized distributor letter if applicable).
- Country of origin per FAR 52.225-2(b).
- Availability on existing government contracts (FSS, GSA).
- Compliance with 13 CFR 121.406.
- Subcontracting plans and percentages.
- Estimated shipping and delivery information.
Contract & Timeline
- Type: Sources Sought (Market Research)
- Potential Future Contract Type: Firm Fixed Price
- Response Due: March 31, 2026, 17:00 Central Time
- Published: March 24, 2026
Set-Aside
This is for market research; no set-aside is currently designated. However, the notice indicates potential applicability of VAAR 852.219-76 (Veteran Owned Small-Businesses) and FAR 52.219-14 (Small-Businesses) if a set-aside is pursued in a future solicitation.
Contact
Theresa (Tess) Thunder, Contract Specialist Email: theresa.thunder@va.gov Phone: 701-239-3700