Bladder Scanners with Mobile Carts/Workstations
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 market research through a Sources Sought notice to identify qualified contractors capable of providing Bladder Scanners with Mobile Carts/Workstations. Specifically, the VA Puget Sound Healthcare System in Auburn, WA, requires three Verathon Model i10 units. This effort aims to gather information for a potential future procurement. Responses are due by February 19, 2026.
Scope of Work
The requirement is for three (3) Verathon Model i10 bladder scanners, complete with mobile carts/workstations, for the Auburn Primary Care Clinic. These scanners are crucial for assisting in the diagnosis, evaluation, and treatment of post-operative urinary retention (POUR), preventing catheter-associated urinary tract infections (CAUTI), identifying bladder distention, and assessing patient hydration status. Key features required include:
- Accuracy: ± 7.5% on volumes 100-999 mL or ± 7.5 mL on volumes 0-100 mL.
- Point-and-click functionality for automatic bladder detection.
- Durable, user-friendly design with on-board charging and user-swappable battery.
- Quiet gliding cart with 360-degree handle and storage bin.
- IPX4 rated probe and IPX2 rated console for spill protection.
- MIL-STD 810H standard for probe drop resistance.
- Intuitive graphical user interface with on-board tutorial and adjustable LCD touchscreen.
- Charting tool for EHR system transfer.
- 5-year factory warranty with same-day loaner shipping and vendor-provided on-site training.
Contract & Timeline
- Type: Sources Sought / Market Research (Solicitation Number: 36C24W26Q0054)
- Set-Aside: None specified (market research stage)
- Response Due: February 19, 2026, at 9:00 AM Central Time (Chicago, USA)
- Published: February 4, 2026
Evaluation
This is not a Request for Proposal (RFP) or Request for Quote (RFQ). Responses will be used solely for market research purposes to determine industry capabilities and potential small business participation for a future procurement. The government will not pay for information submitted.
Submission Requirements
Interested parties should submit written responses to the Contract Specialist, Amelia Roberson (Amelia.Roberson1@va.gov). Responses must include information requested in Exhibit A, such as Company Name, Unique Entity Identifier (UEI), Contact Information, Place of Manufacture, Lead Time, and Business Size Information. The applicable NAICS Code is 339112 (Surgical and Medical Instrument Manufacturing) with a 1,000-employee size standard.