Rheumatology Digital Ultrasound and Accessories
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 Request for Information (RFI) and Sources Sought to identify potential sources for Rheumatology Digital Ultrasound and Accessories. This includes a NextGen LOGIQ* e R8 Compact Digital Ultrasound or Equal system, specific probes, and 7-year support, for the San Diego VA Healthcare System. Responses are due April 14, 2026.
Scope of Work
The VA seeks a NextGen LOGIQ e R8 Compact Digital Ultrasound Console or Equal* with a 7-year remote technical and clinical support package. Required accessories include an L8-18i-RS Linear Array Probe or Equal, a C1-5-RS Wideband Convex Array Probe or Equal, an extended battery life option, and a docking cart with 3 probe ports. Salient characteristics include:
- Ability to perform Power Doppler analysis.
- Capability to image small and large joints with different depths using two distinct probes.
- Ability to image broad tendon, soft tissue, and muscle areas.
- Capability to change angles of ultrasound visualization.
- Ability to store images. Equipment must be current generation, manufacturer-supported, new (not used or refurbished), and include user and service manuals in electronic format. On-site assembly and installation are required during normal business hours (8 AM - 4 PM PDT, M-F).
Contract & Timeline
- Type: Request for Information (RFI) / Sources Sought (for planning purposes only, not a solicitation).
- Proposed Action: Firm-fixed price, short-term contract.
- NAICS: 339112 (Manufacturing size standard of 1,000 employees).
- Response Due: April 14, 2026, 12 PM Pacific Time.
- Published: March 31, 2026.
Submission & Evaluation
Interested vendors should submit their company name, address, telephone number, business size, socioeconomic category (e.g., SDVOSB, 8a, VOSB), UEI Number, FSS/GSA Contract details (if applicable), and Country of Origin. Responses are for market research to identify qualified sources and their socioeconomic status. This RFI does not constitute an offer or commitment to award a contract. The Non-Manufacturer Rule and Buy American Act apply.
Additional Notes
Responses must be submitted in writing via email to Sabrina Schofield (sabrina.schofield@va.gov). Responders are responsible for all associated expenses. Delivery and installation will be at the VA Medical Center-San Diego.