Name Brand Only: Welch Allyn Green 777 Integrated Wall System 777-PM3WAS-US
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 Wilmington VAMC, is requesting quotes for eighteen (18) Welch Allyn Green Series 777 Integrated Wall Systems, model # 777-PM3WAS-US. This is a Total Small Business Set-Aside opportunity. The systems are required for the Sussex County Clinic, replacing obsolete units. Quotes are due by February 12, 2026, at 7:00 AM ET.
Scope of Work
The requirement is for eighteen (18) Welch Allyn Green Series 777 Integrated Wall Systems, model # 777-PM3WAS-US. Each system must include:
- Wall/Panel Board
- BP Wall Aneroid w/Adult Cuff
- SureTemp Plus Thermometer
- LED Ophthalmoscope (with Transformer charger)
- LED Otoscope (with Transformer charger)
- Integrated 3.5v handles for physical assessment instruments
- Otoscope Speculum Dispenser These systems are intended for use in Primary Care exam rooms.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP)
- Period of Performance: Base POP Begin 02-20-2026, POP End 04-20-2026
- Delivery: 30 Days After Receipt of Order (ARO)
- NAICS Code: 339112 - Surgical and Medical Instrument Manufacturing
- Response Due: February 12, 2026, at 7:00 AM ET
- Published Date: February 3, 2026
Submission & Evaluation
- Submission Method: Quotes must be submitted via email to jefferson.mann@va.gov.
- Quote Validity: Quotes must be held firm for 60 calendar days.
- Evaluation Criteria: Award will be based on price only, specifically the lowest priced responsive quote from a responsible quoter.
- Required Submissions: Offerors must provide Technical Capability information, an OEM Authorization Letter (if not the OEM), and a completed SF 1449.
Eligibility / Set-Aside
This acquisition is designated as a Total Small Business Set-Aside (FAR 19.5). While the SF 1449 Block 10 is listed as "UNRESTRICTED," other indicators confirm the small business set-aside. A Single Source Justification explains the brand-name requirement for standardization due to existing obsolete equipment and the need for consistency and interchangeability. Market research confirmed no alternatives met full operational requirements, but the procurement will be competed among authorized distributors of the specified Welch Allyn system.
Additional Notes
- The solicitation references FAR clauses 52.212-1, 52.212-4, 52.212-3, and 52.212-5, with 52.212-3 and 52.212-5 attached.
- A "Single Source Justification Redacted" document is attached, detailing the rationale for the brand-name requirement.
- Offerors are warned against contacting medical center personnel outside the Procurement Department.
- Primary Contact: Jeff Mann, Contract Specialist, jefferson.mann@va.gov, 717-202-5456.