Brand Name or Equal - Verathon GlideScope/ BFlex ecosystem (Dual View, single-use bronchoscopy/laryngoscopy)
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) Northern California Health Care System (VANCHCS) is conducting market research through a Sources Sought notice to identify qualified sources capable of providing Brand Name or Equal airway visualization equipment, specifically the Verathon GlideScope/BFlex ecosystem. This includes systems functionally equivalent to the GlideScope Core 15 System and GlideScope Go 2 Video Laryngoscopy System, used for anesthesia and emergency airway management. Responses are due March 4, 2026.
Scope of Work
The VA is seeking information on sources for the following items, or their functional equivalents:
- GlideScope Core 15 Premium Configuration with Two GlideScope QuickConnect Cables (Product Code: 0270-1112, Quantity: 2 units)
- GlideScope Core 15 Monitor Extended Warranty (Product Code: 0003-1347, Quantity: 24 units)
- BFlex Holder for Core Workstation (Product Code: 0810-0293, Quantity: 2 units)
- GlideScope Go 2 Monitor Kit (Product Code: 0270-1107, Quantity: 7 units)
- GlideScope Go 2 – 1-Year Extended Warranty (Product Code: 0003-1408, Quantity: 7 units)
- GlideScope Go 2 Charging Cradle Kit (Product Code: 0800-0662, Quantity: 7 units)
Contract & Timeline
- Type: Sources Sought / Market Research
- Product Service Code: 6515 (Medical And Surgical Instruments, Equipment, And Supplies)
- Set-Aside: None specified (market research stage)
- Response Due: March 4, 2026, at 12:00 p.m. Pacific Standard Time (PST)
- Published: February 27, 2026
- Place of Performance: Mather, CA
Submission & Evaluation
Interested parties should respond by email to Janetra Johnson (Janetra.johnson@va.gov) with "No. 36C26126Q0440" in the subject line. Responses must include:
- Identification of Brand Name or Equal (alternative) items.
- Country of Manufacture for all listed items.
- An Authorized Distributorship Letter if not the manufacturer.
- Applicable GSA/FSS/ECAT/NASA SEWP contract numbers if available. Vendors should also indicate their socioeconomic status (e.g., SDVOSB, VOSB, SB) and compliance with VAAR 852.219-76 (Non-manufacturer Rule requirements) if applicable.
Additional Notes
This is a market research notice only and does not constitute a solicitation or obligate the government to procure these supplies. The government will not pay for costs incurred in response to this notice. Proprietary information should be clearly marked.