6515--Triplane Transducer
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) is conducting a Sources Sought (Request for Information - RFI) for a Triplane Transducer for the VA Tucson Healthcare System. This market research aims to identify qualified sources capable of providing a specific brand-name product from GE Healthcare. Responses are due by April 3, 2026, at 12:00 PM ET.
Purpose & Scope
The VA is seeking information on potential sources and their capabilities to provide a triplane transducer manufactured by GE Healthcare. This is for planning purposes only and is not a solicitation. The required transducer must provide three simultaneous orthogonal imaging planes, operate within a 4-14 MHz frequency range, offer superior resolution and tissue penetration, and feature a compact, ergonomic design suitable for prostate imaging and transrectal ultrasound-guided (TRUS) biopsy procedures. It must be compatible with specified BK Medical ultrasound imaging systems or equivalents, integrate seamlessly with existing VA ultrasound platforms, and be designed for easy cleaning, sterilization, and high-level disinfection. Comprehensive training for clinical staff and ongoing technical support are also required.
Information Requested from Vendors
Interested and capable vendors are requested to submit:
- A capabilities statement detailing how they meet or cannot meet the draft salient characteristics.
- Feedback or suggestions on the draft salient characteristics.
- Business size status (e.g., SDVOSB, VOSB, HUBZone, WOSB, Large Business) and confirmation of small business status under NAICS code 339112.
- Confirmation of manufacturer, authorized distributor, or ability to provide the solution.
- For large businesses, details on designated/authorized distributors.
- For small businesses acting as distributors, details on any alterations, assembly, or modification of items.
- Information on compliance with limitations on subcontracting.
- Confirmation if items are Commercial Off-the-Shelf (COTS).
- For non-manufacturers, confirmation of compliance with the Non-Manufacturer Rule.
- Confirmation of conformity with the Buy American Act, including country of origin if unsure.
- Lead time for delivery.
- FDA clearance status, if applicable.
- Existing Federal Government contract numbers (FSS, GSA) and confirmation if the identified items are available on these contracts.
- General pricing information (for market research only).
- SAM.gov Unique Entity ID.
Contract & Timeline
- Type: Sources Sought / Request for Information (RFI)
- Set-Aside: None specified
- Response Due: April 3, 2026, 12:00 PM ET
- Published: March 31, 2026
- Place of Performance: Department of Veterans Affairs VA Tucson Healthcare System, Tucson, Arizona.
Submission Instructions
Responses must be submitted via email to carlo.manuel@va.gov. Telephone responses will not be accepted.
Additional Notes
This notice is for planning purposes only and does not constitute an offer or guarantee a future solicitation. All information received will be handled as proprietary if marked.